Agency |
Title |
Date published |
Bid opening date |
Lafourche Parish School District |
CRUSHED LIMESTONE BID
|
Sealed bids will be received by the Lafourche Parish School Board until 1:00 p.m. on Tuesday, March 25, 2025 , at its office located at 701 East Seventh Street, Thibodaux, Louisiana, at which time bids will be publicly opened and read aloud for the purchase of LIMESTONE, CRUSHED LIMESTONE for the 2025 Fiscal school year.<br /> <br />Bidding documents and detailed specifications may be obtained from the office of the Lafourche Parish School Board.<br /> <br />Bid prices shall specifically EXCLUDE any and all taxes whatsoever. Act 1029 of 1991 exempt local governments from state and local tax effective September 1, 1991. Bid prices shall include any shipping charges, if applicable.<br /> <br />All bids, in duplicate copies, shall be submitted in a sealed envelope and clearly marked: BID NO. 2026-032525 LIMESTONE, TO BE OPENED TUESDAY, MARCH 25, 2025 AT 1:00 P.M., and addressed to the Purchasing Agent, Lafourche Parish School Board, P. O. Box 879, Thibodaux, Louisiana 70302. The name and address of the company submitting the bid should appear on the top left corner of the envelope containing the bid document.
https://www.centralauctionhouse.com/rfp42072643-crushed-limestone-bid.html
04-Mar-2025 12:00:00 AM CST |
25-Mar-2025 1:00:00 PM CDT |
Ouachita Parish School Board |
17-25 WOHS Football Stadium Renovations and Improvements
|
See Attachments for Bid documents
https://www.centralauctionhouse.com/rfp42058571-17-25-wohs-football-stadium-renovations-and-improvements.html
27-Feb-2025 2:00:00 PM CST |
01-Apr-2025 2:00:00 PM CDT |
Ouachita Parish School Board |
25-25 Central Elementary Restroom Renovations and Canopy Improvements
|
See Attachments for Bid Documents.
https://www.centralauctionhouse.com/rfp46274553-25-25-central-elementary-restroom-renovations-and-canopy-improvements.html
27-Feb-2025 2:00:00 PM CST |
03-Apr-2025 2:00:00 PM CDT |
Ascension Parish Government |
TYPE HP (HIGH PERFORMANCE) COLD MIX FOR PATCHING (FOR USE ON PARISH ROADS)
|
<div style="text-align: center;"><b>BID NOTICE</b></div> <br />Sealed bids will be received by Ascension Parish Government at the Ascension Parish Government Purchasing Office, 615 E. Worthey Street, Gonzales, Louisiana 70737 until <b>Tuesday, March 18, 2025 at 10:00 a.m. CDT time.</b> The bids will be publicly opened and read aloud for the following:<br /> <div style="text-align: center;"><b>TYPE HP (HIGH PERFORMANCE) COLD MIX FOR PATCHING<br />(FOR USE ON PARISH ROADS)</b></div> <br />Cold mix is to be delivered and stockpiled at the following location:<br /> <br />ASCENSION PARISH PUBLIC WORKS DEPARTMENT (EAST)<br />42077 CHURCH POINT ROAD, GONZALES, LOUISIANA 70737<br /> <br /><b>ALTERNATE BID #1</b><br /> <br />COLD MIX PICKED UP BY PARISH TRUCKS<br /> <br />LA. R.S. 38:2212.1 (C) (2)<br />Wherever in specifications the name of a certain brand, make, manufacturer, or definite specification is utilized, the specifications, shall state clearly that they are used only to denote the quality standard of product desired and that they do not restrict bidders to the specific brand, make, manufacturer, or specification named; that they are used only to set forth and convey to prospective bidders the general style, type, character, and quality of product desired; and that equivalent products will be acceptable.<br /> <br />Bids will be accepted on a <b>price per ton basis </b>only for a period of one (1) year.<br /> <br />Freight charges, if applicable, should be included in the total cost of unit price when bidding. Bids may be rejected if not quoted Freight on Board (FOB) delivered or freight charges are not indicated on bid forms.<br /> <br />Specification/bidding documents may be obtained at the Ascension Parish Government Purchasing Department located at 615 E. Worthey Street, Gonzales, LA 70737, or http://www.ascensionparish.net/departments/purchasing/bid-information/ . Electronic Bids are accepted at Central Bidding. Central bidding can be accessed at http://www.centralauctionhouse.com. For questions related to the electronic bidding process, please call Central Bidding at (225) 810-4814. All addenda, corrections, and responses to this public notice shall be posted to http://www.centralauctionhouse.com.<br /> <br />Ascension Parish Government shall not be responsible if the bidder cannot complete and submit a bid due to failure or incomplete delivery of the files submitted via the internet.<br /> <br />The Parish of Ascension reserves the right to disqualify any Bid, response to a Request for Qualifications, or Request for Proposals if it is determined that the submitting business entity is not in good standing with the Louisiana Secretary of State or is not authorized to do business in the State of Louisiana.<br /> <br />Ascension Parish Government reserves the right to reject any and all bids for just cause.<br /><b> <br />ASCENSION PARISH GOVERNMENT<br />CLINT COINTMENT, PARISH PRESIDENT</b>
https://www.centralauctionhouse.com/rfp39674222-type-hp-high-performance-cold-mix-for-patching-for-use-on-parish-roads.html
27-Feb-2025 7:00:00 AM CST |
18-Mar-2025 10:00:00 AM CDT |
Livingston Parish Airport District |
Livingston Executive Airport - Phase 1: Part 1C
|
<div> DOCUMENT 00005 - ADVERTISEMENT FOR BIDS </div><br />Sealed Bids will be received by the Livingston Parish Airport District, at 1289 Del Este Avenue, <br />Denham Springs, Louisiana 70726 until Thursday, March 27th, 2025 at 2:00 pm for the <br /><br />Livingston Executive Airport <br />Phase 1: Part 1C <br />Earthwork Stabilization & Drainage <br /><br />At which time bids will be opened and publicly read aloud. Electronic bids will also be accepted. Please <br />find bid related materials and place your electronic bids at www.centralbidding.com. Bids received after <br />the above time will be returned unopened. Complete bidding documents may be obtained from: <br /><br />ALVIN FAIRBURN & ASSOCIATES, LLC <br />1289 Del Este Avenue, Denham Springs, LA 70726 <br />PHONE (225)665-1515 FAX (225)665-1523 <br /><br />upon payment of $75.00 per set. Deposits on the first set of documents furnished to properly licensed, <br />bona fide prime bidders will be fully refunded upon return of the documents in good condition no later <br />than ten days after receipt of bids. On sets of documents issued to sub-contractors and others, one-half <br />(1/2) the deposit will be refunded upon return of the documents in good condition no later than ten (10) <br />days after receipt of bids. Plans may be mailed by regular mail upon receipt of $75.00 plus an additional <br />non-refundable charge of $25.00 per set of documents. <br /><br />A Mandatory Pre-Bid Conference shall be held at: 1289 Del Este Avenue, Denham Springs, LA <br />70726 on Tuesday, March 18, 2025 @ 10:00 A.M. All bids must be accompanied by a bid security equal <br />to five percent (5%) of the base bid and any alternatives and subject to the conditions provided in the <br />Instructions to Bidders. The successful contractor will be required to enter into a contract with the <br />OWNER and to furnish all the materials, perform all of the work, supervise, coordinate, administrate, and <br />be responsible for the work of the entire project. No bids may be withdrawn after the closing time for <br />receipt of bids for at least forty-five (45) days. The bond of the low bidder will be held for forty-five (45) <br />days, or until the contract is signed, whichever is shorter. <br /><br />PERFORMANCE AND PAYMENT BOND: A performance and payment bond for the work will be <br />required upon execution of the contract, equal to one hundred percent (100%) of said contract written by <br />a company licensed to do business in Louisiana and who is currently on the U.S. Department of the <br />Treasury Financial Management Service List. The bond shall be countersigned by a person who is under <br />contract and who is licensed as an insurance agent in the State of Louisiana, and who is residing in this <br />state. <br /><br />The Livingston Parish Airport District reserves the right to reject any and all bids for just cause. In <br />accordance with La. R.S. 38:2212 (A) (1) (b), the provisions and requirements of this section, those <br />stated in the advertisement for bids, and those required on the bid form shall not be considered as <br />informalities and shall not be waived by any public entity. <br /><br />PLEASE PUBLISH: <br />Thursday February 27, 2025 <br />Thursday March 6, 2025 <br />Thursday March 13, 2025
https://www.centralauctionhouse.com/rfp11480475-livingston-executive-airport--phase-1-part-1c.html
27-Feb-2025 12:00:00 AM CST |
27-Mar-2025 2:00:00 PM CDT |
State of Louisiana Military Department |
Gillis W. Long Bldg 125 Chillers Replacement, Gillis W. Long Center, Carville, LA
|
See attached Solicitation for: Gillis W. Long Bldg 125 Chillers Replacement, Gillis W. Long Center, Carville, LA
https://www.centralauctionhouse.com/rfp87266179-gillis-w-long-bldg-125-chillers-replacement-gillis-w-long-center-carville-la.html
26-Feb-2025 12:00:00 AM CST |
09-Apr-2025 10:00:00 AM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
M234 Re-Bid MultiSTAT Analyzer or Approved Equal
|
NOTICE TO BIDDERS<br /> <br />Electronic bids will be received by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division, until 11:00 A.M. March 18, 2025 for the following:<br /> <br />M234 Re-Bid MultiSTAT Analyzer or Approved Equal<br /> <br />Official bid documents are available at Central Bidding (https://www.centralauctionhouse.com/rfpc10656-city-of-baton-rouge.html) or by request from the City of Baton Rouge at
[email protected].<br /> <br />Bids must only be submitted electronically via www.centralbidding.com on the solicitation bid forms furnished by the City of Baton Rouge and Parish of East Baton Rouge prior to the bidding deadline <br /><br /><br />Electronic bids for the solicitation will be downloaded by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division. Beginning as soon as feasible after the bid closing time all electronic bids will be downloaded and publicly read aloud in Room 806 immediately after the 11:00 a.m. bid closing. Bidders or their authorized representatives are invited to be present.<br /> <br />Note: The City-Parish has elected to use LaPAC, the state's online electronic bid posting and notification system, in addition to its standard means of advertising this requirement. This Invitation to Bid is available in electronic form at the LaPAC website https://wwwcfprd.doa.louisiana.gov/osp/lapac/dspBid.cfm?search=department&term=102.<br /> <br />Bids, amendments to bids or request for withdrawal of bids received after time specified for bid openings shall not be considered for any cause whatsoever.<br /> <br />Inquiries will be received up until 5 pm on March 7, 2025.<br /> <br />Full information may be obtained upon request from the above address or by telephoning Sheneka Sylvan at (225) 389-3259, Ext. 3263, or via email
[email protected].<br /> <br />Any vendor who would like to listen to the opening of this bid can access the following link, at the date and time of this bid opening:<br /> <br />Join by phone<br />+1-408-418-9388 United States Toll<br />Access code: 263 373 080 (followed by the # button)<br /> <br />Alternate numbers to call if number above is not available, which may occur due to network traffic (use the same Access Code, followed by the # button):<br /> <br />United States Toll (Boston) +1-617-315-0704<br />United States Toll (Chicago) +1-312-535-8110<br />United States Toll (Dallas) +1-469-210-7159<br />United States Toll (Denver) +1-720-650-7664<br />United States Toll (Jacksonville) +1-904-900-2303<br />United States Toll (Los Angeles) +1-213-306-3065<br /> <br />This link will provide you with live audio access to this bid opening. The link will be live at the noted bid opening time for the date of bid opening. All other terms & conditions remain unchanged.
https://www.centralauctionhouse.com/rfp70453296-m234-re-bid-multistat-analyzer-or-approved-equal-.html
26-Feb-2025 12:00:00 AM CST |
18-Mar-2025 11:00:00 AM CDT |
Plaquemines Parish Government |
25-85 LIMESTONE, CRUSHED STONE, SHELL, RIP RAP ETC
|
Please see attached specifications.
https://www.centralauctionhouse.com/rfp93785830-25-85-limestone-crushed-stone-shell-rip-rap-etc.html
25-Feb-2025 8:00:00 AM CST |
13-Mar-2025 10:00:00 AM CDT |
Plaquemines Parish Government |
Pre-Position Emergency Contract Services
|
REQUEST FOR PROPOSAL<br /> <br />PLAQUEMINES PARISH OFFICE OF<br />ENGINEERING & PUBLIC WORKS<br /> <br />333 F. Edward Hebert Blvd., Bldg. 500, Belle Chasse, LA, 70037<br /> <br />PRE-POSITION EMERGENCY CONTRACT FOR SERVICES LISTED BELOW<br /> <br />Parish Projects No.<br />[Graphical user interface, text, application, table, email AI-generated content may be incorrect.]<br />By virtue of and in conformity with the provisions of Act 70 of the 1946 Regular Session of the Louisiana Revised Statutes of 1950, as amended, and other applicable laws, sealed proposals will be received by the Plaquemines Parish Government at the Plaquemines Parish Office of Engineering & Public Works, 333 F. Edward Hebert Blvd., Bldg. 500, Belle Chasse, Louisiana, before 10:00 a.m., CDT, Friday, the 14th day of March 2025, at which time and date such proposals will be accepted for the Pre-position Emergency Contract for Debris Monitoring Services.<br />All in accordance with specifications/instructions on file at the Plaquemines Parish Office of Engineering & Public Works, 333 F. Edward Hebert Blvd., Bldg. 500, Belle Chasse, Louisiana, which may be obtained by any bonafide Louisiana Licensed Contractor.<br />Proposers shall be licensed pursuant to appropriate laws, rules and regulations of the State of Louisiana and the Parish of Plaquemines and shall submit evidence that they hold license of proper classifications in full force and effect at the time the specifications are obtained. License number shall be shown on the outside of the sealed proposal.<br />Plaquemines Parish Government is an Affirmative Action/Equal Opportunity Employer. The Parish does not discriminate on the basis of race, color, national origin, sex, sexual orientation, gender identity, religion, age or handicapped status in employment or the provision of services. Section 3 Residents, Minority Business Enterprises, Small Business Enterprises, Women Business Enterprises, and labor surplus area firms are encouraged to submit proposals.<br />The Plaquemines Parish Government reserves the right to waive any informalities or to reject any and all proposals. All requests for a full package must include the project name and number as listed above.<br />To request the full package of any of the projects listed above, please contact:<br />Brad Breuhl, Director of Projects Email:
[email protected]<br />PLAQUEMINES PARISH GOVERNMENT<br />BY: W. KEITH HINKLEY<br /> PARISH PRESIDENT
https://www.centralauctionhouse.com/rfp77864584-pre-position-emergency-contract-services.html
25-Feb-2025 12:00:00 AM CST |
14-Mar-2025 10:00:00 AM CDT |
Terrebonne Parish Consolidated Waterworks District No. 1 |
WATER METER PURCHASES
|
NOTICE TO BIDDERS Sealed proposals for WATER METER PURCHASES<br /> <br />Will be received by the Staff of the District as authorized by the Board of Commissioners of Consolidated Waterworks District No. 1, at 8814 Main Street, Houma, Louisiana, 70363, until 3:00 PM on Wednesday, March 12, 2025 where said proposals will be publicly opened and read aloud. Any proposals received after the announced closing time will be returned unopened.<br /> <br />All proposals shall be sealed and addressed as follows:<br /> PROPOSALS – WATER METER PURCHASES<br /> <br />Consolidated Waterworks District No. 1<br />8814 Main St.<br />Houma, Louisiana 70363<br /> <br /> <br />Bidding may also be conducted electronically. Please find bid related materials and submit electronic bids at www.centralbidding.com .<br /> <br />Materials on which proposals are invited consist of the following:<ul> <li>5/8” X 3/4” Disc Type Water Meters, Plastic, Lead Free Housing (NSF/ANSI 61, as per Federal Law # 111-280, effective 1/4/14), retrofit mechanical encoder and retrofit cellular endpoint with a 308 in-line connector. </li> <li>1” Disc Type Water Meters, Lead-Free Bronze Alloy (NSF/ANSI 61, as per Federal Law # 111-280, effective 1/4/14) , retrofit mechanical encoder and retrofit cellular endpoint with a 308 in-line connector. </li></ul>Proposals must be accompanied by a bid bond, certified check or cashier’s check equal to a sum not less than five percent (5%) of the total bid amount. Proposals must be made on blank forms furnished with the Contract Documents. Copies of the Specifications and Contract Documents may be obtained from Consolidated Waterworks District No. 1 Office, PO Box 630, 8814 Main St., Houma, Louisiana 70361.<br /> <br />The Board of Commissioners of Consolidated Waterworks District No. 1, Houma, Louisiana reserves the right to reject any or all proposals and to waive informalities.<br /> <br />THUS, DONE AND SIGNED in HOUMA, STATE OF LOUISIANA, ON 17th DAY of February 2025. <br /><br />Teri Chatagnier, President<br />Consolidated Waterworks District No. 1
https://www.centralauctionhouse.com/rfp58821858-water-meter-purchases.html
24-Feb-2025 12:00:00 AM CST |
12-Mar-2025 3:00:00 PM CDT |
Lafourche Parish School District |
CHILLER COMPRESSOR REPLACEMENTS
|
Sealed bids will be received by the Lafourche Parish School Board until 10:30 AM on Tuesday, March 12, 2024, at its office located at 701 East Seventh Street, Thibodaux, Louisiana, at which time bids will be publicly opened and read aloud for the purchase of CHILLER COMPRESSOR REPLACEMENTS for the 2022-2023 Fiscal school year.<br /> <br />Bidding documents and detailed specifications may be obtained from the office of the Lafourche Parish School Board.<br /> <br />Bid prices shall specifically EXCLUDE any and all taxes whatsoever. Act 1029 of 1991 exempt local governments from state and local tax effective September 1, 1991. Bid prices shall include any shipping charges, if applicable.<br /> <br />All bids, in duplicate copies, shall be submitted in a sealed envelope and clearly marked: BID NO. 2024-031224 Chiller Compressor Replacements, TO BE OPENED Tuesday, March 12, 2024 AT 10:30 AM, and addressed to the Purchasing Agent, Lafourche Parish School Board, P. O. Box 879, Thibodaux, Louisiana 70302. The name and address of the company submitting the bid should appear on the top left corner of the envelope containing the bid document.<br /> <br />Additionally, bids are available for download from the School Board Purchasing Department Website at www.mylpsd.com. Official bid documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic bids and/or reverse auction bids can be submitted at www.centralbidding.com. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814. Proposals submitted via fax or email will not be accepted.<br />
https://www.centralauctionhouse.com/rfp98815987-chiller-compressor-replacements.html
24-Feb-2025 12:00:00 AM CST |
18-Mar-2025 10:30:00 AM CDT |
New Orleans Ernest N. Morial Convention Center |
C-2117 Furnish and Install Campus Security Office
|
Information <br />The Ernest N. Morial New Orleans Exhibition Hall Authority (“the Authority”) is a political subdivision of the State of Louisiana which owns the New Orleans Ernest N. Morial Convention Center is issuing a Public Works for C-2117 Furnish and Install Campus Security Office as described in the bid documents and related exhibits. Response to this Furnish and Install does not guarantee a contract. <br />How to Obtain Documents<br />Specifications and Bid documents may be obtained online at Central Bidding - Morial Convention Center or by contacting the Contracts Department at (504) 582-3562. Bidders may obtain specifications and Bid documents from Contracts Department by email (
[email protected]).<br />Response Requirements<br />All proposals are due by 10:00 a.m. on Friday, March 28, 2025. Bidders are encouraged to submit bids via electronic submission at Central Bidding - Morial Convention Center
https://www.centralauctionhouse.com/rfp1409308-c-2117-furnish-and-install-campus-security-office-.html
24-Feb-2025 12:00:00 AM CST |
28-Mar-2025 10:00:00 AM CDT |
Jefferson Parish Government |
5000147274 PURCHASE OF TABLECLOTH FOR JEFFERSON PARISH COMMUNITY ACTION PROGRAM
|
PURCHASE OF TABLE CLOTH FOR JEFFERSON PARISH COMMUNITY ACTION PROGRAM
https://www.centralauctionhouse.com/rfp10687897-5000147274-purchase-of-tablecloth-for-jefferson-parish-community-action-program-.html
21-Feb-2025 4:30:00 PM CST |
26-Feb-2025 11:00:00 AM CST |
Jefferson Parish Government |
5000147297 PURCHASE OF SUPPLIES FOR EASTBANK WAREHOUSE
|
PURCHASE OF SUPPLIES FOR EASTBANK WAREHOUSE
https://www.centralauctionhouse.com/rfp42003395-5000147297-purchase-of-supplies-for-eastbank-warehouse.html
21-Feb-2025 4:30:00 PM CST |
26-Feb-2025 11:00:00 AM CST |
Jefferson Parish Government |
5000147277 PURCHASE OF SUPPLIES FOR JEFFERSON PARISH OF PUBLICE WORKS
|
PURCHASE OF SUPPLIES FOR JEFFERSON PARISH OF PUBLICE WORKS
https://www.centralauctionhouse.com/rfp21934166-5000147277-purchase-of-supplies-for-jefferson-parish-of-publice-works.html
21-Feb-2025 4:00:00 PM CST |
26-Feb-2025 11:00:00 AM CST |
Terrebonne Parish Consolidated Government |
RFP 25-CJC-01 Pharmaceutical Services and Supplies for the TPCJC
|
RFP 25-CJC-01 Pharmaceutical Services and Supplies for the TPCJC<br />Opening Date: March 12, 2025 @ 2:00 P.M. CST
https://www.centralauctionhouse.com/rfp42074810-rfp-25-cjc-01-pharmaceutical-services-and-supplies-for-the-tpcjc.html
21-Feb-2025 3:00:00 PM CST |
12-Mar-2025 2:00:00 PM CDT |
Jefferson Parish Government |
5000147386 ONE (1) YEAR MAINTENANCE CONTRACT FOR TWO (2) PRINTERS FOR THE JEFFERSON PARISH MANAGEMENT INFORMATION SYSTEMS DEPARTMENT
|
ONE (1) YEAR MAINTENANCE CONTRACT FOR TWO (2) PRINTERS FOR THE JEFFERSON PARISH MANAGEMENT INFORMATION SYSTEMS DEPARTMENT
https://www.centralauctionhouse.com/rfp13342507-5000147386-one-1-year-maintenance-contract-for-two-2-printers-for-the-jefferson-parish-management-information-systems-department.html
21-Feb-2025 2:15:00 PM CST |
26-Feb-2025 11:00:00 AM CST |
Rapides Parish School Board |
Bid 62-24-10: Alexandria Middle Magnet School New Construction and Renovations
|
<br />Advertisement for Bids<br />Sealed bids will be received in the Purchasing Department of the Rapides Parish School Board, 619 Sixth Street, Alexandria, Louisiana 71301, until 2:00 P.M., Local Time, Wednesday, March 26, 2025. At this time bids will be publicly opened and read aloud in the Rapides Parish School Board Room for:<br /> <br />ALEXANDRIA MIDDLE MAGNET SCHOOL<br />NEW CONSTRUCTION AND RENOVATIONS<br />Alexandria, Louisiana <br />RPSB Bid # 62-24-10<br />RPSB Project No: 207401<br />Architect’s Project Number: 22016/CRH<br /> <br />Bids may also be submitted electronically by visiting www.centralbidding.com.<br />Any proposal received after closing time will be returned unopened.<br /> <br />Complete Bidding Documents for this project are available in electronic format only. Plan holders are responsible for their own reproduction costs.<br /> <br /> <br />Electronic format from:Central Auction House at centralbidding.com for documents in electronic format and/or other information regarding this project. Fees may be associated with the use of this site.<br /> <br />Any bids received from bidders that are not recorded as having received complete bid documents from one of the sources named above shall be rejected.<br /> <br />All bids must be accompanied by bid security equal to five percent (5%) of the sum of the base bid and all alternates and must be in the form of a certified check, cashier's check or Rapides Parish School Board Bid Bond Form written by a surety company licensed to do business in Louisiana, signed by the surety's agency or attorney-in-fact. Surety must be listed on the current U.S. Department of the Treasury Financial Management Service list of approved bonding companies as approved for an amount equal to or greater than the amount for which it obligates itself in the Bond or must be a Louisiana domiciled insurance company with at least an A - rating in the latest printing of the A.M. Best's Key Rating Guide. If surety qualifies by virtue of Best’s listing, the amount of the Bond may not exceed ten percent of policyholders' surplus as shown in the latest A.M. Best's Key Rating Guide. The Bid Bond shall be in favor of the Rapides Parish School Board and shall be accompanied by appropriate power of attorney. No Bid Bond indicating an obligation of less than five percent (5%) by any method is acceptable.<br /> <br />The successful Bidder shall be required to furnish a Performance and Payment Bond written by a company licensed to do business in Louisiana, in an amount equal to 100% of the Contract amount. Surety must be listed currently on the U. S. Department of Treasury Financial Management Service List (Treasury List) as approved for an amount equal to or greater than the contract amount, or must be an insurance company domiciled in Louisiana or owned by Louisiana residents. If surety is qualified other than by listing on the Treasury list, the contract amount may not exceed fifteen percent of policyholders' surplus as shown by surety's most recent financial statements filed with the Louisiana Department of Insurance and may not exceed the amount of $500,000. However, a Louisiana domiciled insurance company with at least an A- rating in the latest printing of the A. M. Best's Key Rating Guide shall not be subject to the $500,000 limitation, provided that the contract amount does not exceed ten percent of policyholders' surplus as shown in the latest A. M. Best's Key Rating Guide nor fifteen percent of policyholders' surplus as shown by surety's most recent financial statements filed with the Louisiana Department of Insurance. The Bond shall be signed by the surety's agent or attorney-in-fact.<br /> <br /> A MANDATORY PRE-BID CONFERENCE WILL BE HELD<br />at 10:00 A.M. on Wednesday, March 12, 2025 in the Alexandria Middle Magnet School, 122 Maryland Avenue, Alexandria, LA.<br /> <br />Attendance at this conference is mandatory and bids shall be accepted only from Contractors that attend the mandatory pre-bid conference.<br /> <br />Bids shall be accepted from Contractors who are licensed under LA. R.S. 37:2156.2 for the classification of Building Construction. Bidder is required to comply with provisions and requirements of LA R.S.38:2212(B)5. No bid may be withdrawn for a period of forty-five (45) days after receipt of bids, except under the provisions of LA. R.S. 38:2214.<br /> <br />The Owner reserves the right to reject any and all bids for just cause. In accordance with La. R.S. 38:2212(B)5, the provisions and requirements of this Section and those stated in the bidding documents shall not be waived by any public entity.<br /> <br />RAPIDES PARISH SCHOOL BOARD<br />MR. JEFF POWELL, SUPERINTENDENT<br /><br /> <br />Please Advertise:<br />Friday, February 21, 2025<br />Friday, February 28, 2025<br />Friday, March 7, 2025
https://www.centralauctionhouse.com/rfp34205340-bid-62-24-10-alexandria-middle-magnet-school-new-construction-and-renovations.html
21-Feb-2025 8:00:00 AM CST |
26-Mar-2025 2:00:00 PM CDT |
Concordia Parish School Board |
Bid#24-002.1 Campus Renovation for Ferriday High School
|
<div>NOTICE OF BID<br /> <br />Notice is hereby given that sealed bids will be received by the Director of Business Affairs at Concordia Parish School District, 508 John Dale Drive, Vidalia, Louisiana 71373, or electronically by online submission at <a href="http://mc3lroyarchplans.com"><u>mc3lroyarchplans.com</u></a> until <u>2:00 P.M</u>., CST on <u>March</u> <u>27, 2025 </u>at which time they will be publicly opened and read aloud for:<br />Bid# <b>24-002.1-</b> <b>Campus</b> <b>Renovation</b> <b>for Ferriday</b> <b>High</b> <b>School</b><br />Bid documents are being made available via electronic copy. Plan holders are required to register for an account at <a href="http://www.m3aarchplans.com/">www.m3aarchplans.com</a> to view Bid Documents. They may be obtained electronically contact Plan House Printing for cost of electronic files. Printed copies are not available through the Architect. Plan holders will be responsible for their own reproduction cost. Questions regarding website registration and online orders please contact Plan House Printing at (662)407-0193. Questions regarding plan clarifications or request for information should be directed to the architect as follows:<br />Mc3lroy Architecture PLLC/William L. McElroy AIA, NCARB<br />601-981-1227(P)/ 601-983-4444(F) <u>
[email protected] </u>(email)<br />Attn: Preston McKay - Project Manager<br />All Contractors who intend to submit a BID are required to attend the <b><u>mandatory</u></b> <u>pre-bid</u> <u>conference</u> scheduled for <b><u>11:00 AM</u></b> on <b><u>March 18, 2025</u></b> at Ferriday High School 801 EE Wallace Blvd, Ferriday, Louisiana.<br />The successful bidder will be allowed One Hundred and Twenty (120) calendar days from the date of issuance of the Notice to Proceed to complete the base bid scope of the project. Liquidated damages will be assessed at $500 per day for each calendar day the work is not substantially complete.<br />Any public entity advertising for public work shall use only the Louisiana Uniform Bid Form as promulgated in accordance with the Administrative Procedure Act. All bids must be accompanied by bid security equal to five percent (5%) of the sum of the base bid and all alternates, and must be in the form of a certified check, cashier's check or a Bid Bond written by a company licensed to do business in Louisiana.</div><br clear="all" /> <br />Contractors have the option of submitting bids electronically at <u>mc3IroyarchpIans.com</u> in lieu of sealed bids.<br />The successful bidder will be required to furnish a Performance and a Payment Bond written by a company licensed to do business in Louisiana, each in an amount equal to 100% of the contract amount.<br />Bids shall be accepted from Contractors who are licensed under LA R.S. 37:2150 et seq. for the classification of Building Construction. Contractors shall certify that they hold an active license and are required to display their license number on the exterior of the sealed bid envelope. If the bid does not contain the contractor's certification and/or not displayed properly on the bid envelope, the bid will be rejected and returned to the bidder. Bidders are required to comply with the provisions and requirements of LA R.S. 38:2212. No bid may be withdrawn after receipt, except under the provisions of LA R.S. 38:2214.<br />The Concordia Parish School District reserves the right to reject any and all bids and to waive any irregularities in the bidding procedure without obligation to, or notification of any bidder.<br /> <br />Concordia Parish School Board M3A Architecture, PLLC<br />Thomas H. O’Neal, Director Business Preston McKay, Project Manager
https://www.centralauctionhouse.com/rfp36086767-bid24-0021-campus-renovation-for-ferriday-high-school.html
21-Feb-2025 12:00:00 AM CST |
27-Mar-2025 2:00:00 PM CDT |
School Food and Wellness Group |
Third Future Schools - Louisiana
|
Third Future Schools - Louisiana, located in Baton Rouge, LA, is seeking a Food Service Management Company to begin services starting April 1, 2025, through June 30, 2025. A pre-bid meeting will not be held; all questions must be submitted in writing to Jenna Foster (
[email protected]) and Jill McCall (
[email protected]).<br /><br />The annual number of meals outlined on the Proposal Summary and Agreement Page aligns with a full year's service of 187 school year operating days and 16 summer program operating days.<br /><br />The submission deadline is March 14, 2025, at 4:00 PM CST. Respondents must submit one (1) hard copy proposal to 4055 Prescott Road, Baton Rouge, LA 70805, and one (1) electronic proposal to Central Bidding House. <br /><br />For questions or to request a copy of the RFP, please contact Jenna Foster (
[email protected]) and Jill McCall (
[email protected])
https://www.centralauctionhouse.com/rfp35870713-third-future-schools--louisiana.html
21-Feb-2025 12:00:00 AM CST |
14-Mar-2025 4:00:00 PM CDT |
Jefferson Parish Government |
5000147232 PURCHASE LED PANELS AND LAMPS FOR JEFFERSON PARISH DEPARTMENT OF TRANSIT
|
PURCHASE LED PANELS AND LAMPS FOR JEFFERSON PARISH DEPARTMENT OF TRANSIT
https://www.centralauctionhouse.com/rfp41401348-5000147232-purchase-led-panels-and-lamps-for-jefferson-parish-department-of-transit.html
20-Feb-2025 4:00:00 PM CST |
25-Feb-2025 11:00:00 AM CST |
Ouachita Parish School Board |
16-25 Property Sale -- Old Myles Property
|
See Attachments
https://www.centralauctionhouse.com/rfp34282132-16-25-property-sale--old-myles-property.html
20-Feb-2025 2:00:00 PM CST |
01-Apr-2025 10:00:00 AM CDT |
Ouachita Parish School Board |
22-25 -- Property Sale Old Sterlington Middle School
|
See Attachments
https://www.centralauctionhouse.com/rfp98884292-22-25--property-sale-old-sterlington-middle-school.html
20-Feb-2025 2:00:00 PM CST |
01-Apr-2025 11:00:00 AM CDT |
Jefferson Parish Government |
5000147233 PURCHASE OF VALVES FOR JEFFERSON PARISH DEPARTMENT OF DRAINAGE
|
PURCHASE OF VALVES FOR JEFFERSON PARISH DEPARTMENT OF DRAINAGE
https://www.centralauctionhouse.com/rfp72243032-5000147233-purchase-of-valves-for-jefferson-parish-department-of-drainage.html
20-Feb-2025 12:00:00 PM CST |
25-Feb-2025 11:00:00 AM CST |
Calcasieu Parish School System |
Bid#2025-01 Janitorial Supplies
|
Bid#2025-01 Janitorial Supplies
https://www.centralauctionhouse.com/rfp97239403-bid2025-01-janitorial-supplies.html
20-Feb-2025 11:00:00 AM CST |
10-Mar-2025 11:00:00 AM CDT |
St. Charles Parish Public Schools |
Request for Qualifications for Employee Benefits Brokerage Services and Consulting
|
St. Charles Parish Public Schools (“SCPPS”) is seeking qualifications from licensed insurance brokers to assist SCPPS in providing a full range of services related to the design, marketing, improvement, and compliance of SCCPS’ employee benefits program for all employees and retirees. Qualifications are to be submitted electronically. Herein, the words “respondent(s)”, “vendor(s)”, “firm(s)”, or “proposer(s)” are used interchangeably, and refer to the entity who is submitting such a proposal.<br />Interested firms are invited to submit proposals to SCPPS electronically via the Central Auction House website located at the “Online Bids & RFPs” link under the Resources tab at the SCPPS website https://www.wearescpps.org. Questions should be submitted electronically via the online site no later than March 03, 2025. Firms are responsible for checking the website above periodically for any updates or revisions to the RFQ. SCPPS will not accept any paper or emailed submissions. All proposals must be submitted via Central Auction House.<br />All proposals will be accepted until 4:00 pm Central Standard Time on March 31, 2025. All Qualifications received will be taken under advisement as submitted by the assigned date and time at SCPPS. All requirements must be addressed in your proposal. Non-responsive proposals will not be considered. Failure to follow these instructions could result in disqualification of the qualification. SCPPS reserves the right to reject any and all proposals. <br /><br />All qualifications, whether selected or rejected, shall become the property of the SCPPS. All information submitted with the proposal must be typed or legibly written. <br />This RFQ does not commit SCPPS to award a contract or pay any costs incurred in the preparation of a proposal responsive to this request. SCPPS reserves the right to accept all or part of any proposal or to cancel in part or in its entirety this RFQ. SCPPS further reserves the right to accept the proposal that it considers to be in the best interest of SCPPS. Firms are not allowed to contact other SCPPS departments, schools or centers about the RFQ. After thirty (30) days from delivery of written notice to either the school district or the successful proposer without cause and without prejudice to any other right or remedy, either party may elect to abandon and terminate this agreement.
https://www.centralauctionhouse.com/rfp77837706-request-for-qualifications-for-employee-benefits-brokerage-services-and-consulting.html
20-Feb-2025 10:20:37 AM CST |
31-Mar-2025 4:00:00 PM CDT |
Lafayette Consolidated Government |
118 Warren Street Asbestos Abatement and Demolition
|
REQUEST FOR QUOTATION<br />LAFAYETTE CITY-PARISH CONSOLIDATED GOVERNMENT PURCHASING & PROPERTY MANAGEMENT DIVISION<br />705 W. UNIVERSITY AVENUE | PO BO 4017-C | LAFAYETTE, LA 70502<br />February 18, 2025<br />Requesting quotes for: DEMOLITION and ASBESTOS ABATEMENT as per specifications listed on attached for the following location<br />118 Warren Street Lafayette, LA<br /> <br />Project Name<br />118 Warren Street Asbestos Abatement & Demolition-CDP<br />Authorizing Agency:<br />Compliance Division (CDP)<br />CDP Compliance Manager<br />Kathy Trahan<br />Project Supervisor<br />Micki Capritto<br /> <br />Written quotes will be taken until closing time (5:00 pm) March 13, 2025<br />Work must be completed according to the attached specifications.<br />Copies of the RFQ, the specifications, and quote forms are available at the office of Purchasing & Property Management located at 705 West University Avenue, P. O. Box 4017-C, Lafayette, LA 70502, telephone number 337?291?8088 (Attn: Matthew Broussard; email
[email protected] )<br />Work must be completed within two (2) weeks of notice to proceed given by the Compliance Division. The successful contractor must not begin work until a notice to proceed has been issued by the Project Supervisor. <br />All federal, state, parish, and city taxes due and payable on this bid shall be included in the amount bid on the quote form.<br />The successful vendor shall be required to furnish the attached certificate of insurance, including Item I, II w/xcu, III, V, VI and VII ($500,000 limits), complete for approval by the Lafayette City-Parish Consolidated Government Risk Management Division. These requirements include General Liability with $500,000 limits and Lafayette Consolidated Government listed as Additional Insured, Auto Liability with $500,000 limits and Lafayette Consolidated Government listed as Additional Insured, and Workman’s Comp with $500,000 limits and a Waiver of Subrogation. Please note that XCU (or Underground, Explosion, and Collapse) is required as part of General Liability.<br />It is suggested that you speak with your insurance agent prior to submitting a quote concerning the insurance and endorsements required by these specifications, as there could be additional premiums associated with this requirement.<br />If you have any questions about the quote process, please contact Matthew Broussard @ 337?291?8088 .<br />NOTE: Any questions regarding the specifications must be addressed in the email’s subject line – Questions – Demolition-118 Warren Street-CDP.<br />Quotations will be submitted (on attached) and awarded on a TOTAL LUMP SUM PRICE BASIS per location.<br />You may:<br />Email your quote to
[email protected] , or<br />Mail your quote to Lafayette Consolidated Government, Purchasing Department, Attn: Matthew Broussard, PO BOX 4017?C, Lafayette, LA 70502, or<br />Hand-Carry your quote to Lafayette Consolidated Government, Purchasing Department, Attn: Matthew Broussard, 705 W University Ave, Lafayette, LA.NO ALTERNATE OR OPTIONAL BIDS OR QUOTES WILL BE ACCEPTED OR READ UNLESS CALLED FOR IN THE SPECIFICATIONS.
https://www.centralauctionhouse.com/rfp77868220-118-warren-street-asbestos-abatement-and-demolition.html
20-Feb-2025 10:00:00 AM CST |
13-Mar-2025 5:00:00 PM CDT |
Jefferson Parish Government |
5000147254 PURCHASE OF FAR DISTANCE AND REMOTE CONFINED SPACE VIDEO INSPECTION CAMERA AND ACCESSORIES FOR JEFFERSON PARISH DEPARTMENT OF DRAINAGE
|
PURCHASE OF FAR DISTANCE AND REMOTE CONFINED SPACE VIDEO INSPECTION CAMERA AND ACCESSORIES FOR JEFFERSON PARISH DEPARTMENT OF DRAINAGE
https://www.centralauctionhouse.com/rfp8897298-5000147254-purchase-of-far-distance-and-remote-confined-space-video-inspection-camera-and-accessories-for-jefferson-parish-department-of-drainage-.html
20-Feb-2025 10:00:00 AM CST |
24-Feb-2025 11:00:00 AM CST |
Jefferson Parish Government |
5000147296 Purchase of Supplies for the Jefferson Parish Eastbank Warehouse
|
Purchase of Supplies for the Jefferson Parish Eastbank Warehouse
https://www.centralauctionhouse.com/rfp8872107-5000147296-purchase-of-supplies-for-the-jefferson-parish-eastbank-warehouse.html
20-Feb-2025 9:45:00 AM CST |
26-Feb-2025 11:00:00 AM CST |
Jefferson Parish Government |
5000147301 Two (2) Year Contract for a Supply of Envelopes for the Jefferson Parish Clerk of Court
|
Two (2) Year Contract for a Supply of Envelopes for the Jefferson Parish Clerk of Court
https://www.centralauctionhouse.com/rfp41452818-5000147301-two-2-year-contract-for-a-supply-of-envelopes-for-the-jefferson-parish-clerk-of-court.html
20-Feb-2025 9:01:00 AM CST |
25-Feb-2025 11:00:00 AM CST |
Ascension Parish Government |
Ascension Parish Governmental Complex Renovations
|
BID NOTICE<br /> <br />Sealed bids will be received by Ascension Parish Government at the Ascension Parish Government Purchasing Office, 615 E. Worthey Street, Gonzales, Louisiana 70737 until March 18, 2025, at 10:00 a.m. local time. The bids will be publicly opened and read aloud for the following:<br /> <br />Ascension Parish Governmental Complex Renovations<br /> <br />Statement of Work:This proposed project includes the relocation of the Legal and Project Management/ Engineering Department, along with renovations to the Administration Breakroom and Purchasing Department. These renovations will involve the installation of storefront walls to create new office spaces within the departments.<br /> <br />All Bids must be in accordance with the Contract Documents on file at the Ascension Parish Purchasing Department, 615. E. Worthey Road, Gonzales, LA 70737.<br /> <br />Copies of Specifications, Bid Documents, Contract Documents and Construction Drawings for use in preparing Bids may be obtained from Ascension Parish Government Purchasing Department, 615 E. Worthey, Gonzales, La 70737.<br /> <br />Where bids are to be received on forms furnished by the awarding authority, no contract documents shall be issued to anyone except a Licensed Contractor or his/ her authorized Representatives. In no event shall any document for bidding be issued later than seventy- two (72) hours prior to the hour and date set for receiving bids.<br /> <br />Each bid must be submitted in a sealed envelope bearing on the outside the name of the bidder, his/her address, contractor’s state license number and the name of the project for which the bid is submitted. If forward by mail, the sealed envelope containing the bid must be enclosed in another envelope addressed to the Ascension Parish Purchasing Department, 615 E. Worthey, Gonzales, Louisiana 70737, mailed certified mail and must be received no later than the bid opening.<br /> <br />Contractors desiring to bid shall submit to the Project Manager, with their request for Contract Documents, contract documents deposit and evidence that they hold State License of proper classification and in full force and effect.<br /> <br />Bid security in the amount of five percent (5%) of the Total Bid must accompany each bid and shall be made payable to the Owner.<br /> <br />The Owner reserves the right to waive any informalities or to reject any or all bids.<br /> <br />No bidder may withdraw his/her bid within forty-five (45) days after the actual date of opening thereof.<br /> <br />A mandatory Pre-Bid Conference will be held on March 7, 2025, at the project site located at 615 East Worthey St. Gonzales, LA 70737 at 10:00 am.<br /> <br /> <br />All questions regarding this project and the bid package shall be submitted to the Purchasing Department via
[email protected] by 4:00 PM on March 10, 2025. Responses will be coordinated with the Project Manager and posted on the www.centralauctionhouse.com by 4:00 pm on March 13, 2025.<br /> <br />In addition to paper bids, electronic bids and electronic bid bonds for the following project will be downloaded by the Ascension Parish Purchasing Department. Electronic bids and electronic bid bonds must be submitted through www.centralauctionhouse.com prior to the electronic bidding deadline. Beginning at 10:00 am local time on, March 18, 2025, all bids will be downloaded. No bids are accepted after 10:00 am local time.<br /> <br />RS 38:2218. Evidence of good faith; countersigning<br />A. The public entity advertising for bids for work shall require the bidders to attach a certified check, cashier's check, or bid bond for not more than five percent of the contract price of work to be done, as evidence of good faith of the bidder. The public entity advertising for bids for work may require the bidders to attach a certified check, cashier's check, or bid bond for not more than five percent of the estimated price of supplies or materials, as evidence of good faith of the bidder.<br /> <br />To address the above requirement for electronic bids Ascension Parish Government will allow electronic bids submitted via the parish approved on-line bid site to be submitted as follows:<br />A copy of the bid bond must be attached to the bid document submitted electronically. <br />The original bid bond document must be received in our office no later than 48 hours after bid opening date and time (Ascension Parish Purchasing Department, 615 E. Worthey, Gonzales, Louisiana.<br />The bid-bond envelope must be clearly labeled as a “Bid Bond” with the project name, vendor’s name as it appears on the bid documents and address. <br />All addenda, Amendments, Letters of Clarification, and Withdrawal Notices will be posted online in addition to electronic copies being distributed. Construction proposal information may be accessed via the internet at www.centralauctionhouse.com. Users must click on Login and create a New User Registration to view and download drawings. Once logged in, users must click on Ascension Parish Government to view current advertisement listings. This listing is titled “Ascension Parish Governmental Complex Renovations” Registered users will have access to view Project Information, submit a question concerning the project, and view the drawings. All project specific notices are found here. It will be the responsibility of the bidder to check for updates. All submitted questions will be forwarded by email to the Project Manager and the Engineer for a response.<br /> <br />Ascension Parish Government shall not be responsible if the bidder cannot complete and submit a bid due to failure or incomplete delivery of the files submitted via the internet.<br /> <br />Ascension Parish Government reserves the right to reject any and all bids for just cause.<br /> <br /> <br />ASCENSION PARISH GOVERNMENT CLINT COINTMENT, PARISH PRESIDENT<br /> <br /> <br />WEEKLY- 2/20/25, 2/27/25, 3/6/25<br />CHIEF- 2/20/25, 2/27/25, 3/6/25<br />
https://www.centralauctionhouse.com/rfp5029644-ascension-parish-governmental-complex-renovations.html
20-Feb-2025 7:00:00 AM CST |
18-Mar-2025 10:00:00 AM CDT |
West Baton Rouge Parish School Board |
BRUSLY UPPER ELEMENTARY SCHOOL WINDOW REPLACEMENT
|
Advertisement for Bids<br />Sealed bids from general contractors duly licensed pursuant to Louisiana’s Contractors Licensing Laws for<br />the major classification of Building Construction are requested by West Baton Rouge Parish School Board<br />for construction of:<br />Project Name: Brusly Upper Elementary School Window Replacement<br />Project Address: 601 North Kirkland Road Brusly, LA 70719.<br />Project Number: 061-014-25A<br />The West Baton Rouge Parish School System has issued this project with a bid duration as follows:<br />Bids will be received at the West Baton Rouge School Board Office, 3761 Rosedale Road, Port Allen, LA<br />70767 until 2:00 PM., Local Time on March 18, 2025.<br />At which time and place the bids will be publicly opened and read aloud. Bidders have the option to submit<br />their bids electronically to Jared Gibbs (
[email protected]) and please CC Jessica Blanchard<br />(
[email protected])<br />Complete bids docs may be obtained online at from the architect or the schools system’s website:<br />BCB Architects, LLC- Dean Hotard, Architect and Associates, Inc.<br />The successful Bidder will be issued a notice to proceed on April 2, 2025, procurement of window materials<br />is expected to begin immediately to allow delivery for a start of construction on May 27, 2025. The project<br />must reach final completion by July 28, 2025. Damages will be assessed at $1,000 for each consecutive<br />calendar day for which work is not substantially completed beyond the date set as the completion date in<br />the Notice to Proceed. This project is tax exempt.<br />Bids must be accompanied by bid security equal to 5 percent of the base bid and all additive alternates in<br />the form of either a certified check or a bid bond.<br />A Pre-Bid Conference will be held at 9:00 AM on March 11th, 2025 at Brusly Upper Elementary<br />School, 601 North Kirkland Road, Brusly, LA 70719. Attendance at this Pre-Bid Conference is nonmandatory<br />but highly encouraged.<br />The Contract, if awarded, will be on the basis stated in the Instructions to Bidders. The Bid Documents<br />must be hand delivered by the apparent low bidder within 10 calendar days of the bid opening. No bid may<br />be withdrawn from a period of 45 days after the bid opening except as provided by law. Bidders must meet<br />the requirements of the State of Louisiana Contractor’s Licensing law, R.S. 37:2151 et seq.<br />The West Baton Rouge Parish School Board reserves the right to award the project on whatever basis is in<br />the interest of the Owner and to accept or reject any or all bids and to waive technicalities and informalities.<br />Alden Chustz, President West Baton Rouge Parish School Board<br />Dr. Chandler Smith, Superintendent West Baton Rouge Parish School Board
https://www.centralauctionhouse.com/rfp73545661-brusly-upper-elementary-school-window-replacement.html
20-Feb-2025 12:00:00 AM CST |
18-Mar-2025 2:00:00 PM CDT |
Livingston Parish Government |
Livingston Parish - Request for Qualifications for Engineering Services for Drainage Improvements Project
|
PUBLIC NOTICE<br /><br />INVITIATION FOR REQUEST FOR QUALIFICATIONS FOR ENGINEERING SERVICES<br />Livingston Parish Government invites qualified engineering firms to submit a Statement of Qualifications for the following project:<br />Drainage Improvements in Livingston Parish<br />ENGINNERING FEE: TO BE NEGOTIATED<br /> <br />This project and the procedures for the selection of this firm will be in accordance with all requirements of the Housing and Urban Development, Louisiana Office of Community Development, Federal Code of Regulations (2CRF200), the State of Louisiana, and the standard of Livingston Parish. All responses received will be evaluated in accordance with the selection criteria identified in the Request for Qualifications information packet available from the Parish. That information also identifies the scope of services to be performed by the selected firm.<br /> <br />All engineering firms shall also be registered with the Louisiana State Board of Registration for Professional Engineers and Land Surveyors, in accordance with LA RS 37:689. A copy of the current Certificate(s) of Registration shall be attached to each Statement of Qualification. Failure to be registered and in good standing with the aforementioned board will lead to the rejection of qualifications statement. <br /> <br />Livingston Parish Government will award the project to the respondent obtaining the highest recommendation and points based upon a section committee review of the submitted Statement of Qualifications and work references.<br /> <br />Interested firms are invited to secure an informational packet from Livingston Parish Government Grants Department, Heather Crain, Grants Manager, or download an electronic copy of the official Request for Qualifications packet from Central Bidding website: www.centralbidding.com. Only those firms that have responded in accordance with the official RFQ packet for this project obtained from Livingston Parish Government or Central Bidding will be considered by the Livingston Parish Selection Committee. Additionally, the firm selected for this project will be required to include the Parish’s standard contract provisions in its contract for Engineering Services as amended for this project. The overall level and scope of services will be determined by Livingston Parish Government. A fixed sum contract will be negotiated with the selected firm. Responding firms must be prepared to provide an audited overhead rate for the purpose of contract negotiation and determination of cost reasonableness. Any questions or problems related to the download of the RFQ packet should be directed by email to Heather Crain at
[email protected].<br /> <br />The response to this RFQ must be hand delivered to the above-named person at Livingston Parish Government, Grants Department, 20355 Government Blvd., Suite E, Livingston, LA 70754, (DMV Building – Second Floor) or mailed to the above-named person at P.O. Box 427, Livingston, LA 70754, in such a manner that it is received no later than 3:00 p.m. Tuesday, March 18, 2025. Statements of Qualifications that have not been received by the deadline date and time will be rejected.<br /> <br />Livingston Parish Government is an Equal Opportunity Employer. Responding firms are encouraged to utilize minority participation in this contract through the use of disadvantaged and women-owned businesses as suppliers or sub-contractors. Livingston Parish Government encourages submission by DBE, minority, veteran, and/or women owned businesses.<br /> <br />LIVINGSTON PARISH GOVERNMENT<br />RANDY DELATTE<br />PARISH PRESIDENT<br /> <br />HEATHER CRAIN<br />GRANTS MANAGER<br />
https://www.centralauctionhouse.com/rfp87448790-livingston-parish--request-for-qualifications-for-engineering-services-for-drainage-improvements-project.html
20-Feb-2025 12:00:00 AM CST |
18-Mar-2025 3:00:00 PM CDT |
St. Charles Parish Sheriff's Office |
St. Charles Parish Sheriff's Office Exterior Improvements
|
ADVERTISEMENT FOR BIDS<br />PROJECT IDENTIFICATIONSealed bids are requested by the St. Charles Parish Sheriff’s Office from general contractors for construction of:<br />ST. CHARLES PARISH SHERIFF’S OFFICE<br />EXTERIOR IMPROVEMENTS<br />Bids will be received at the St. Charles Parish Sheriff’s Office, 260 Judge Edward Dufresne Parkway, Luling, LA 70070 at 2:00 P.M., LOCAL TIME, MARCH 20, 2025 at which time the bids will be publicly opened and read aloud in the conference room.<br />BID DOCUMENTS AND DEPOSITSComplete Bid Documents for this project are available in electronic form. They may be obtained without charge and without deposit by visiting the public projects area at www.cityblueprint.com. Printed copies are not available from the Designer, but arrangements can be made to obtain them through City Blueprint & Supply or most other reprographic firms. Please note that Plan holders are responsible for their own reproduction costs. Questions about this procedure shall be directed to:<br />City Blueprint & Supply Co.<br />1904 Poydras Street<br />New Orleans, LA 70112<br />Phone: 504-522-0387<br />Email:
[email protected]<br />All other questions regarding the scope of work of the project should be directed to the Project Architect in writing via email only:
[email protected].<br />BID SECURITY AND PERFORMANCE AND PAYMENT BONDSBids must be accompanied by a bid security at least equal to five percent (5%) of the base bid and all additive alternates in the form of a certified check, cashier’s check or bid bond. The successful bidder will be required to furnish a performance bond and a payment bond, each in an amount equal to one hundred percent (100%) of the contract amount.<br />Contract, if awarded, will be on the basis of the lowest responsive and responsible bidder, if within the budget. No bid may be withdrawn for a period of 45 days after bid opening except as provided by law.<br /> <br />Bidders must meet the requirements of the State of Louisiana Contractor’s Licensing Law, R.S. 37:2151 et seq.<br /> <br /> <br />REJECTION OF BIDSSt. Charles Sheriff Sheriff’s Office reserves the right to award the project on whatever basis is in the interest of the Owner and to accept or reject any or all bids and to waive technicalities and informalities as allowed by law.<br />PRE-BID CONFERENCEA PRE-BID CONFERENCE will be held at the project site, 260 Judge Edward Dufresne Parkway, Luling, LA 70070 on March 11, 2025 at 10:00 a.m. Attendance at this pre-bid conference is MANDATORY.<br />ADVERTISEMENT DATES <br /> LEGAL AD TO RUN: <br />February 20, 2025<br />February 27, 2025<br />March 6, 2025<br /> <br /> <br />St. Charles Parish Sheriff’s Office<br /> Sheriff Greg Champagne<br />260 Judge Edward Dufresne Parkway<br />Luling, LA 70070<br />
https://www.centralauctionhouse.com/rfp25450108-st-charles-parish-sheriffs-office-exterior-improvements.html
20-Feb-2025 12:00:00 AM CST |
20-Mar-2025 2:00:00 PM CDT |
St. Charles Parish Sheriff's Office |
JANITORIAL & INMATE SUPPLIES
|
https://www.centralauctionhouse.com/rfp39668333-janitorial-inmate-supplies.html
20-Feb-2025 12:00:00 AM CST |
11-Mar-2025 10:00:00 AM CDT |
Iberville Parish School Board |
2525M01 - EAST IBERVILLE PARKING IMPROVEMENTS
|
<div style="clear:both;"><span data-contrast="auto" xml:lang="EN-US">Thursday</span><span data-contrast="auto" xml:lang="EN-US">, February </span>20th, 2025 </div><div style="clear:both;"> </div><div style="clear:both;"><span data-contrast="auto" xml:lang="EN-US">Advertisement for </span>Bids </div><div style="clear:both;"> </div><div style="clear:both;"><span data-contrast="auto" xml:lang="EN-US">Sealed Bids</span> will be received by the Iberville Parish School Board, Attention Evan Cagnolatti, Director of Facilities and Projects, at 59125 Bayou Rd., Plaquemine, LA. 70764, not later than 2:00 PM (local time), <span data-contrast="auto" xml:lang="EN-US">Thursday</span>, March 20<span data-contrast="auto" xml:lang="EN-US"><span data-fontsize="12">th</span></span><span data-contrast="auto" xml:lang="EN-US">, </span>2025<span data-contrast="auto" xml:lang="EN-US">,</span> for the following: </div><div style="clear:both;"><span data-contrast="auto" xml:lang="EN-US">East Iberville Parking Improvements </span><span data-contrast="auto" xml:lang="EN-US">(IPSB Project </span>#2525M01) </div><div style="clear:both;"> </div><div style="clear:both;"><span data-contrast="auto" xml:lang="EN-US">NOTE ** Outer envelope if mailed shall be marked SEALED BID</span><span data-contrast="auto" xml:lang="EN-US">.</span> </div><div style="clear:both;"><span data-contrast="auto" xml:lang="EN-US">Please find </span>bid-related materials and place electronic bids at – <a href="http://www.centralbidding.com/" rel="noreferrer noopener" target="_blank"><span data-contrast="none" xml:lang="EN-US"><span data-ccp-charstyle="Hyperlink">www.centralbidding.com</span></span></a> </div><div style="clear:both;"> </div><div style="clear:both;"><span data-contrast="auto" xml:lang="EN-US">The bids will be opened at the School Board </span>Maintenance Office immediately following the close of bid time on the above-noted date. </div><div style="clear:both;"> </div><div style="clear:both;"><span data-contrast="auto" xml:lang="EN-US">A </span><span data-contrast="auto" xml:lang="EN-US">Mandatory Pre-Bid Conference</span><span data-contrast="auto" xml:lang="EN-US"> will be held at 10:00 a.m. CDT on</span> March 7<span data-contrast="auto" xml:lang="EN-US"><span data-fontsize="12">th, </span></span><span data-contrast="auto" xml:lang="EN-US">2025,</span> in the library at East Iberville School <span data-contrast="auto" xml:lang="EN-US">3285 LA-75, St Gabriel, LA 70776</span><span data-contrast="auto" xml:lang="EN-US">.</span> No bid will be accepted from any contractor who did not attend and sign in at the Pre-Bid Conference. </div><div style="clear:both;"> </div><div style="clear:both;"><span data-contrast="auto" xml:lang="EN-US">Preliminary bid information may be obtained by contacting the Architectural Firm listed below</span>: </div><div style="clear:both;"> </div><div style="clear:both;"><span data-contrast="auto" xml:lang="EN-US">Fusion Architects?</span> </div><div style="clear:both;"><span data-contrast="auto" xml:lang="EN-US">3488 Brentwood Dr. 101?</span> </div><div style="clear:both;"><span data-contrast="auto" xml:lang="EN-US">Baton Rouge, La. 70809?</span> </div><div style="clear:both;"><span data-contrast="auto" xml:lang="EN-US">225-766-4848?</span> </div><div style="clear:both;"> </div><div style="clear:both;"><span data-contrast="auto" xml:lang="EN-US">It is the policy of the Iberville Parish School Board to </span>provide equal opportunities without regard to race, color, national origin, sex, age, disabilities, or veteran status in educational programs and activities. This includes admissions, educational services, financial aid, and employment. </div><div style="clear:both;"> </div><div style="clear:both;"><span data-contrast="auto" xml:lang="EN-US">Insertion Dates</span>: <span data-contrast="auto" xml:lang="EN-US">February 20th, 2025</span>, </div><div style="clear:both;"><span data-contrast="auto" xml:lang="EN-US">February 27th, 2025</span>, </div><div style="clear:both;"><span data-contrast="auto" xml:lang="EN-US">March 6</span><span data-contrast="auto" xml:lang="EN-US"><span data-fontsize="12">th</span></span><span data-contrast="auto" xml:lang="EN-US">, 2025</span> </div>
https://www.centralauctionhouse.com/rfp39699549-2525m01--east-iberville-parking-improvements.html
20-Feb-2025 12:00:00 AM CST |
20-Mar-2025 2:00:00 PM CDT |
Tangipahoa Parish School System |
Loranger High Girls Locker Room Renovation
|
Sealed bids will be received for the Tangipahoa Parish School System and shall be directed to the lobby of the Tangipahoa Parish School System Maintenance Office Building, 59660 Puleston Road, Amite, Louisiana, 70422. The deadline for receipt of bids is 2:00 PM on March 27, 2025, at which time bids will be opened and read aloud in a public meeting in the Tangipahoa Parish School System Maintenance Meeting Room.
https://www.centralauctionhouse.com/rfp3186192-loranger-high-girls-locker-room-renovation.html
20-Feb-2025 12:00:00 AM CST |
27-Mar-2025 2:00:00 PM CDT |
St. Mary Parish School Board |
JS Aucoin Boiler Replacement
|
ADVERTISEMENT FOR BIDS<br /> <br /> ST. MARY PARISH SCHOOL BOARD<br />JS AUCOIN ELEMENTARY<br />BOILER REPLACEMENT<br />AMELIA, LA<br /> <br />Sealed bids for, JS AUCOIN ELEMENTARY BOILER REPLACEMENT, AMELIA, LA, ST. MARY PARISH, LOUISIANA for the St. Mary Parish School Board, Centerville, Louisiana, will be received until 11:00 AM CST on March 20, 2025, at the St. Mary Parish School Board Central Office Complex (Maintenance Department Conference Room), Centerville, Louisiana, after which the bids will be publicly opened and read aloud. Any bids received after the above mentioned time will be returned unopened. Electronic bids at www.centralbidding.com as allowed by Act 590 amended Title 38:2212 are acceptable. <br /> <br />Bids shall be accepted only from contractors who are licensed under LA-R.S.37:2150-2163 for the classification of MECHANICAL.<br /> <br />Copies of the contract documents are on file in the Central Office Complex, Centerville, Louisiana and the office of the Engineer, Associated Design Group, Inc., 3909 West Congress Street, Suite 201, Lafayette, Louisiana 70506, (337) 234-5710 and are open for inspection without charge.<br /> <br />Mechanical Contractors may obtain contract documents from the Engineer by paying a deposit of Twenty Five Dollars ($25.00). The full amount of the deposit, on the first set, will be refunded to each contractor who submits a bona fide bid, upon return of the documents in good condition within ten (10) days after the receipt of bids. Additional sets of plans and specifications, if available, may be obtained by Contractors and Material Dealers upon making a deposit in the amount named above. Upon return of these documents, in good condition, one half of the deposit will be refunded, the difference representing the cost of printing, assembling, and distributing the sets. No refund will be made on any set not returned in good condition within ten (10) days after the receipt of bids.<br /> <br />No bid may be withdrawn after the scheduled closing time for receipt of bids for thirty (30) days.<br /> <br />Each proposal must be accompanied by a bid bond, a certified check, or cashier's check in an amount equal to at least five percent (5%) of the amount bid, made payable without condition to the Owner as a guarantee that the bidder, if awarded the contract, will promptly execute the contract documents. The bid security of all bidders, except the three lowest, will be returned promptly after the canvas of bids.<br /> <br />All contractors and/or subcontractors whose bid exceeds Fifty Thousand Dollars ($50,000.00) shall be licensed under R.S. 37:2151-2163 of Louisiana Law.<br /> <br />The St. Mary Parish School Board reserves the right to waive any and all informalities in, or to reject any/or all bids.<br /> <br />St. Mary Parish School Board <br /> <br />Dr. Buffy S. Fegenbush <br /> <br />Advertise: February 19, 2025<br /> February 26, 2025<br /> March 5, 2025<br />
https://www.centralauctionhouse.com/rfp73504551-js-aucoin-boiler-replacement.html
19-Feb-2025 6:00:00 PM CST |
20-Mar-2025 11:00:00 AM CDT |
Lafayette Consolidated Government |
613 Saint Catherine Street Demolition-CDP
|
REQUEST FOR QUOTATION<br />LAFAYETTE CITY-PARISH CONSOLIDATED GOVERNMENT PURCHASING & PROPERTY MANAGEMENT DIVISION<br />705 W. UNIVERSITY AVENUE | PO BO 4017-C | LAFAYETTE, LA 70502<br />February 19, 2025<br />Requesting quotes for: DEMOLITION as per specifications listed on attached for the following location<br />613 Saint Catherine Street, Lafayette, LA<br /> <br />Project Name<br />613 Saint Catherine Street Demolition-CDP<br />Authorizing Agency:<br />Compliance Division (CDP)<br />CDP Compliance Manager<br />Kathy Trahan<br />Project Supervisor<br />Micki Capritto<br /> <br />Written quotes will be taken until closing time (5:00 pm) March 19, 2025<br />Work must be completed according to the attached specifications.<br />Copies of the RFQ, the specifications, and quote forms are available at the office of Purchasing & Property Management located at 705 West University Avenue, P. O. Box 4017-C, Lafayette, LA 70502, telephone number 337?291?8088 (Attn: Matthew Broussard; email
[email protected] )<br />Work must be completed within two (2) weeks of notice to proceed given by the Compliance Division. The successful contractor must not begin work until a notice to proceed has been issued by the Project Supervisor. <br />All federal, state, parish, and city taxes due and payable on this bid shall be included in the amount bid on the quote form.<br />The successful vendor shall be required to furnish the attached certificate of insurance, including Item I, II w/xcu, III, V, VI and VII ($500,000 limits), complete for approval by the Lafayette City-Parish Consolidated Government Risk Management Division. These requirements include General Liability with $500,000 limits and Lafayette Consolidated Government listed as Additional Insured, Auto Liability with $500,000 limits and Lafayette Consolidated Government listed as Additional Insured, and Workman’s Comp with $500,000 limits and a Waiver of Subrogation. Please note that XCU (or Underground, Explosion, and Collapse) is required as part of General Liability.<br />It is suggested that you speak with your insurance agent prior to submitting a quote concerning the insurance and endorsements required by these specifications, as there could be additional premiums associated with this requirement.<br />If you have any questions about the quote process, please contact Matthew Broussard @ 337?291?8088 .<br />NOTE: Any questions regarding the specifications must be addressed in the email’s subject line – Questions – Demolition-613 Saint Catherine Street-CDP.<br />Quotations will be submitted (on attached) and awarded on a TOTAL LUMP SUM PRICE BASIS per location.<br />You may:<br />Email your quote to
[email protected] , or<br />Mail your quote to Lafayette Consolidated Government, Purchasing Department, Attn: Matthew Broussard, PO BOX 4017?C, Lafayette, LA 70502, or<br />Hand-Carry your quote to Lafayette Consolidated Government, Purchasing Department, Attn: Matthew Broussard, 705 W University Ave, Lafayette, LA.NO ALTERNATE OR OPTIONAL BIDS OR QUOTES WILL BE ACCEPTED OR READ UNLESS CALLED FOR IN THE SPECIFICATIONS.
https://www.centralauctionhouse.com/rfp58996942-613-saint-catherine-street-demolition-cdp.html
19-Feb-2025 5:00:00 PM CST |
19-Mar-2025 5:00:00 PM CDT |
Lafayette Consolidated Government |
506 Lafayette Street Demolition-CDP
|
REQUEST FOR QUOTATION<br />LAFAYETTE CITY-PARISH CONSOLIDATED GOVERNMENT PURCHASING & PROPERTY MANAGEMENT DIVISION<br />705 W. UNIVERSITY AVENUE | PO BO 4017-C | LAFAYETTE, LA 70502<br />February 19, 2025<br />Requesting quotes for: DEMOLITION as per specifications listed on attached for the following location<br />506 Lafayette Street, Lafayette, LA<br /> <br />Project Name<br />506 Lafayette Street Demolition-CDP<br />Authorizing Agency:<br />Compliance Division (CDP)<br />CDP Compliance Manager<br />Kathy Trahan<br />Project Supervisor<br />Micki Capritto<br /> <br />Written quotes will be taken until closing time (5:00 pm) March 18, 2025<br />Work must be completed according to the attached specifications.<br />Copies of the RFQ, the specifications, and quote forms are available at the office of Purchasing & Property Management located at 705 West University Avenue, P. O. Box 4017-C, Lafayette, LA 70502, telephone number 337?291?8088 (Attn: Matthew Broussard; email
[email protected] )<br />Work must be completed within two (2) weeks of notice to proceed given by the Compliance Division. The successful contractor must not begin work until a notice to proceed has been issued by the Project Supervisor. <br />All federal, state, parish, and city taxes due and payable on this bid shall be included in the amount bid on the quote form.<br />The successful vendor shall be required to furnish the attached certificate of insurance, including Item I, II w/xcu, III, V, VI and VII ($500,000 limits), complete for approval by the Lafayette City-Parish Consolidated Government Risk Management Division. These requirements include General Liability with $500,000 limits and Lafayette Consolidated Government listed as Additional Insured, Auto Liability with $500,000 limits and Lafayette Consolidated Government listed as Additional Insured, and Workman’s Comp with $500,000 limits and a Waiver of Subrogation. Please note that XCU (or Underground, Explosion, and Collapse) is required as part of General Liability.<br />It is suggested that you speak with your insurance agent prior to submitting a quote concerning the insurance and endorsements required by these specifications, as there could be additional premiums associated with this requirement.<br />If you have any questions about the quote process, please contact Matthew Broussard @ 337?291?8088 .<br />NOTE: Any questions regarding the specifications must be addressed in the email’s subject line – Questions – Demolition-613 Saint Catherine Street-CDP.<br />Quotations will be submitted (on attached) and awarded on a TOTAL LUMP SUM PRICE BASIS per location.<br />You may:<br />Email your quote to
[email protected] , or<br />Mail your quote to Lafayette Consolidated Government, Purchasing Department, Attn: Matthew Broussard, PO BOX 4017?C, Lafayette, LA 70502, or<br />Hand-Carry your quote to Lafayette Consolidated Government, Purchasing Department, Attn: Matthew Broussard, 705 W University Ave, Lafayette, LA.NO ALTERNATE OR OPTIONAL BIDS OR QUOTES WILL BE ACCEPTED OR READ UNLESS CALLED FOR IN THE SPECIFICATIONS.
https://www.centralauctionhouse.com/rfp1773376-506-lafayette-street-demolition-cdp.html
19-Feb-2025 5:00:00 PM CST |
18-Mar-2025 5:00:00 PM CDT |
Lafayette Consolidated Government |
307 Longbridge Road Demolition-CDP
|
REQUEST FOR QUOTATION<br />LAFAYETTE CITY-PARISH CONSOLIDATED GOVERNMENT PURCHASING & PROPERTY MANAGEMENT DIVISION<br />705 W. UNIVERSITY AVENUE | PO BO 4017-C | LAFAYETTE, LA 70502<br />February 19, 2025<br />Requesting quotes for: DEMOLITION as per specifications listed on attached for the following location<br />307 Longbridge Road Lafayette, LA<br /> <br />Project Name<br />307 Longbridge Demolition-CDP<br />Authorizing Agency:<br />Compliance Division (CDP)<br />CDP Compliance Manager<br />Kathy Trahan<br />Project Supervisor<br />Micki Capritto<br /> <br />Written quotes will be taken until closing time (5:00 pm) March 14, 2025<br />Work must be completed according to the attached specifications.<br />Copies of the RFQ, the specifications, and quote forms are available at the office of Purchasing & Property Management located at 705 West University Avenue, P. O. Box 4017-C, Lafayette, LA 70502, telephone number 337?291?8088 (Attn: Matthew Broussard; email
[email protected] )<br />Work must be completed within two (2) weeks of notice to proceed given by the Compliance Division. The successful contractor must not begin work until a notice to proceed has been issued by the Project Supervisor. <br />All federal, state, parish, and city taxes due and payable on this bid shall be included in the amount bid on the quote form.<br />The successful vendor shall be required to furnish the attached certificate of insurance, including Item I, II w/xcu, III, V, VI and VII ($500,000 limits), complete for approval by the Lafayette City-Parish Consolidated Government Risk Management Division. These requirements include General Liability with $500,000 limits and Lafayette Consolidated Government listed as Additional Insured, Auto Liability with $500,000 limits and Lafayette Consolidated Government listed as Additional Insured, and Workman’s Comp with $500,000 limits and a Waiver of Subrogation. Please note that XCU (or Underground, Explosion, and Collapse) is required as part of General Liability.<br />It is suggested that you speak with your insurance agent prior to submitting a quote concerning the insurance and endorsements required by these specifications, as there could be additional premiums associated with this requirement.<br />If you have any questions about the quote process, please contact Matthew Broussard @ 337?291?8088 .<br />NOTE: Any questions regarding the specifications must be addressed in the email’s subject line – Questions – Demolition-307 Longbridge Road-CDP.<br />Quotations will be submitted (on attached) and awarded on a TOTAL LUMP SUM PRICE BASIS per location.<br />You may:<br />Email your quote to
[email protected] , or<br />Mail your quote to Lafayette Consolidated Government, Purchasing Department, Attn: Matthew Broussard, PO BOX 4017?C, Lafayette, LA 70502, or<br />Hand-Carry your quote to Lafayette Consolidated Government, Purchasing Department, Attn: Matthew Broussard, 705 W University Ave, Lafayette, LA.NO ALTERNATE OR OPTIONAL BIDS OR QUOTES WILL BE ACCEPTED OR READ UNLESS CALLED FOR IN THE SPECIFICATIONS.
https://www.centralauctionhouse.com/rfp39668270-307-longbridge-road-demolition-cdp.html
19-Feb-2025 5:00:00 PM CST |
14-Mar-2025 5:00:00 PM CDT |
Lafayette Consolidated Government |
226 Anne Street Demolition-CDP
|
REQUEST FOR QUOTATION<br />LAFAYETTE CITY-PARISH CONSOLIDATED GOVERNMENT PURCHASING & PROPERTY MANAGEMENT DIVISION<br />705 W. UNIVERSITY AVENUE | PO BO 4017-C | LAFAYETTE, LA 70502<br />February 19, 2025<br />Requesting quotes for: DEMOLITION as per specifications listed on attached for the following location<br />226 Anne Street Lafayette, LA<br /> <br />Project Name<br />226 Anne Street Demolition-CDP<br />Authorizing Agency:<br />Compliance Division (CDP)<br />CDP Compliance Manager<br />Kathy Trahan<br />Project Supervisor<br />Micki Capritto<br /> <br />Written quotes will be taken until closing time (5:00 pm) March 20, 2025<br />Work must be completed according to the attached specifications.<br />Copies of the RFQ, the specifications, and quote forms are available at the office of Purchasing & Property Management located at 705 West University Avenue, P. O. Box 4017-C, Lafayette, LA 70502, telephone number 337?291?8088 (Attn: Matthew Broussard; email
[email protected] )<br />Work must be completed within two (2) weeks of notice to proceed given by the Compliance Division. The successful contractor must not begin work until a notice to proceed has been issued by the Project Supervisor. <br />All federal, state, parish, and city taxes due and payable on this bid shall be included in the amount bid on the quote form.<br />The successful vendor shall be required to furnish the attached certificate of insurance, including Item I, II w/xcu, III, V, VI and VII ($500,000 limits), complete for approval by the Lafayette City-Parish Consolidated Government Risk Management Division. These requirements include General Liability with $500,000 limits and Lafayette Consolidated Government listed as Additional Insured, Auto Liability with $500,000 limits and Lafayette Consolidated Government listed as Additional Insured, and Workman’s Comp with $500,000 limits and a Waiver of Subrogation. Please note that XCU (or Underground, Explosion, and Collapse) is required as part of General Liability.<br />It is suggested that you speak with your insurance agent prior to submitting a quote concerning the insurance and endorsements required by these specifications, as there could be additional premiums associated with this requirement.<br />If you have any questions about the quote process, please contact Matthew Broussard @ 337?291?8088 .<br />NOTE: Any questions regarding the specifications must be addressed in the email’s subject line – Questions – Demolition-226 Anne Street -CDP.<br />Quotations will be submitted (on attached) and awarded on a TOTAL LUMP SUM PRICE BASIS per location.<br />You may:<br />Email your quote to
[email protected] , or<br />Mail your quote to Lafayette Consolidated Government, Purchasing Department, Attn: Matthew Broussard, PO BOX 4017?C, Lafayette, LA 70502, or<br />Hand-Carry your quote to Lafayette Consolidated Government, Purchasing Department, Attn: Matthew Broussard, 705 W University Ave, Lafayette, LA.NO ALTERNATE OR OPTIONAL BIDS OR QUOTES WILL BE ACCEPTED OR READ UNLESS CALLED FOR IN THE SPECIFICATIONS.
https://www.centralauctionhouse.com/rfp3144615-226-anne-street-demolition-cdp.html
19-Feb-2025 5:00:00 PM CST |
20-Mar-2025 5:00:00 PM CDT |
Lafayette Consolidated Government |
200 Byron Street
|
REQUEST FOR QUOTATION<br />LAFAYETTE CITY-PARISH CONSOLIDATED GOVERNMENT PURCHASING & PROPERTY MANAGEMENT DIVISION<br />705 W. UNIVERSITY AVENUE | PO BO 4017-C | LAFAYETTE, LA 70502<br />February 18, 2025<br />Requesting quotes for: DEMOLITION as per specifications listed on attached for the following location<br />200 Byron Street Lafayette, LA<br /> <br />Project Name<br />200 Byron Street Demolition-CDP<br />Authorizing Agency:<br />Compliance Division (CDP)<br />CDP Compliance Manager<br />Kathy Trahan<br />Project Supervisor<br />Micki Capritto<br /> <br />Written quotes will be taken until closing time (5:00 pm) March 11, 2025<br />Work must be completed according to the attached specifications.<br />Copies of the RFQ, the specifications, and quote forms are available at the office of Purchasing & Property Management located at 705 West University Avenue, P. O. Box 4017-C, Lafayette, LA 70502, telephone number 337?291?8088 (Attn: Matthew Broussard; email
[email protected] )<br />Work must be completed within two (2) weeks of notice to proceed given by the Compliance Division. The successful contractor must not begin work until a notice to proceed has been issued by the Project Supervisor. <br />All federal, state, parish, and city taxes due and payable on this bid shall be included in the amount bid on the quote form.<br />The successful vendor shall be required to furnish the attached certificate of insurance, including Item I, II w/xcu, III, V, VI and VII ($500,000 limits), complete for approval by the Lafayette City-Parish Consolidated Government Risk Management Division. These requirements include General Liability with $500,000 limits and Lafayette Consolidated Government listed as Additional Insured, Auto Liability with $500,000 limits and Lafayette Consolidated Government listed as Additional Insured, and Workman’s Comp with $500,000 limits and a Waiver of Subrogation. Please note that XCU (or Underground, Explosion, and Collapse) is required as part of General Liability.<br />It is suggested that you speak with your insurance agent prior to submitting a quote concerning the insurance and endorsements required by these specifications, as there could be additional premiums associated with this requirement.<br />If you have any questions about the quote process, please contact Matthew Broussard @ 337?291?8088 .<br />NOTE: Any questions regarding the specifications must be addressed in the email’s subject line – Questions – Demolition-200 Byron Street-CDP.<br />Quotations will be submitted (on attached) and awarded on a TOTAL LUMP SUM PRICE BASIS per location.<br />You may:<br />Email your quote to
[email protected] , or<br />Mail your quote to Lafayette Consolidated Government, Purchasing Department, Attn: Matthew Broussard, PO BOX 4017?C, Lafayette, LA 70502, or<br />Hand-Carry your quote to Lafayette Consolidated Government, Purchasing Department, Attn: Matthew Broussard, 705 W University Ave, Lafayette, LA.NO ALTERNATE OR OPTIONAL BIDS OR QUOTES WILL BE ACCEPTED OR READ UNLESS CALLED FOR IN THE SPECIFICATIONS.
https://www.centralauctionhouse.com/rfp58930279-200-byron-street.html
19-Feb-2025 5:00:00 PM CST |
11-Mar-2025 5:00:00 PM CDT |
Lafayette Consolidated Government |
908 E. Pinhook Road Demolition-CDP
|
REQUEST FOR QUOTATION<br />LAFAYETTE CITY-PARISH CONSOLIDATED GOVERNMENT PURCHASING & PROPERTY MANAGEMENT DIVISION<br />705 W. UNIVERSITY AVENUE | PO BO 4017-C | LAFAYETTE, LA 70502<br />February 18, 2025<br />Requesting quotes for: DEMOLITION as per specifications listed on attached for the following location<br />908 E. Pinhook Road Lafayette, LA<br /> <br />Project Name<br />908 E. Pinhook Road Demolition-CDP<br />Authorizing Agency:<br />Compliance Division (CDP)<br />CDP Compliance Manager<br />Kathy Trahan<br />Project Supervisor<br />Micki Capritto<br /> <br />Written quotes will be taken until closing time (5:00 pm) March 11, 2025<br />Work must be completed according to the attached specifications.<br />Copies of the RFQ, the specifications, and quote forms are available at the office of Purchasing & Property Management located at 705 West University Avenue, P. O. Box 4017-C, Lafayette, LA 70502, telephone number 337?291?8088 (Attn: Matthew Broussard; email
[email protected] )<br />Work must be completed within two (2) weeks of notice to proceed given by the Compliance Division. The successful contractor must not begin work until a notice to proceed has been issued by the Project Supervisor. <br />All federal, state, parish, and city taxes due and payable on this bid shall be included in the amount bid on the quote form.<br />The successful vendor shall be required to furnish the attached certificate of insurance, including Item I, II w/xcu, III, V, VI and VII ($500,000 limits), complete for approval by the Lafayette City-Parish Consolidated Government Risk Management Division. These requirements include General Liability with $500,000 limits and Lafayette Consolidated Government listed as Additional Insured, Auto Liability with $500,000 limits and Lafayette Consolidated Government listed as Additional Insured, and Workman’s Comp with $500,000 limits and a Waiver of Subrogation. Please note that XCU (or Underground, Explosion, and Collapse) is required as part of General Liability.<br />It is suggested that you speak with your insurance agent prior to submitting a quote concerning the insurance and endorsements required by these specifications, as there could be additional premiums associated with this requirement.<br />If you have any questions about the quote process, please contact Matthew Broussard @ 337?291?8088 .<br />NOTE: Any questions regarding the specifications must be addressed in the email’s subject line – Questions – Demolition-809 Pinhook Road-CDP.<br />Quotations will be submitted (on attached) and awarded on a TOTAL LUMP SUM PRICE BASIS per location.<br />You may:<br />Email your quote to
[email protected] , or<br />Mail your quote to Lafayette Consolidated Government, Purchasing Department, Attn: Matthew Broussard, PO BOX 4017?C, Lafayette, LA 70502, or<br />Hand-Carry your quote to Lafayette Consolidated Government, Purchasing Department, Attn: Matthew Broussard, 705 W University Ave, Lafayette, LA.NO ALTERNATE OR OPTIONAL BIDS OR QUOTES WILL BE ACCEPTED OR READ UNLESS CALLED FOR IN THE SPECIFICATIONS.
https://www.centralauctionhouse.com/rfp55172383-908-e-pinhook-road-demolition-cdp.html
19-Feb-2025 5:00:00 PM CST |
11-Mar-2025 5:00:00 PM CDT |
Town of Church Point |
Church Point Detention and Floodproofing Phase 1
|
ADVERTISEMENT FOR BIDS<br /> <br /> <br />Notice is hereby given that sealed bids will be received by the Town of Church Point, Acadia Parish, either electronically at http://www.centralbidding.com or in the Town Clerk, Town of Church Point, located at 741 South Main Street, Church Point, Louisiana 70525 until eleven o’clock a.m. (11:00) central standard time determined by the clock located in the Council Chambers at City Hall on Tuesday, March 25, 2025 for the following:<br /> <br /> <br />PHASE 1 CHURCH POINT DETENTION AND FLOOD PROOFING<br />FOR THE<br />LOUISIANA WATERSHED INITIATIVE<br /> <br />and will, shortly thereafter, be opened and read aloud at the Town of Church Point, Town Hall. Bids received after the above specified time for opening shall not be considered and shall be returned unopened to the sender. <br /> <br />The project scope includes the construction of approximately 7.5 acres of detention ponds, drainage intake and outfall control structures, and improvements at the Town Wastewater Treatment Plant.<br /> <br />Attention of Bidders is called particularly to the requirements for conditions of employment to be observed and minimum wage rates to be paid under the Contract (Davis-Bacon Act), Section 3 (Low Income Resident Participation) of the Housing and Urban Development Act of 1968, Section 109 (Non-Discrimination) of the Housing and Community Development Act of 1974, Section 703 (Non Discrimination Against Employees with Disabilities) of the Rehabilitation Act of 1972, Segregated Facilities, Executive Order 1126, and all applicable laws and regulation of the Federal government and State of Louisiana and bonding and insurance requirements.<br />Bid documents may be viewed, downloaded, and submitted online at www.centralbidding.com until the deadline listed above. Prior to submitting an electronic bid with the Town of Church Point, the vendor must register online with Central Auction House, (CAH), through http://www.centralbidding.com in order to establish an account. For assistance on how to register online or if encountering problems with the web site, please contact CAH at (225) 810-4814.<br /> <br />Complete bid documents are available at the office of the Engineer, McBade Engineers & Consultants, LLC, located at 327 Iberia Street, Suite 5, Youngsville, LA 70592, telephone number 337-451-5823 at a charge of Eighty-five dollars ($85.00) for each set.<br /> <br />Deposits on the first set of documents furnished bona fide prime bidders will be fully refunded upon return of the documents no later than ten (10) days after receipt of bids. On other sets of documents furnished to bidders, the deposit (less actual cost of reproduction) will be refunded upon return of the documents no later than ten (10) days after receipt of bids. They will not be mailed without such a request. Plans and specifications shall be available until twenty-four (24) hours before the bid opening date.<br /> <br />Contractors submitting bids electronically are required to provide the same documents as contractors submitting through the mail or by hand delivery. These items include but are not limited to the Bid Form and Bid Security. Regardless of the bid results, the contractor will have 48 hours from opening of the bids to provide the Town of Church Point the original documents. If a certified check or cashier’s check is submitted as the bid security, electronic copies of both the front and the back of the check shall be included with the electronic bid. If a contractor fails to provide the original hard copies of these documents within 48 hours of the bid opening, their bid shall be considered nonresponsive.<br /> <br />A pre-bid conference will be held on Thursday, March 6, 2025, at 10:00 a.m. in the office of the Town of Church Point, located at 741 South Main Street, Church Point, Louisiana 70525<br />The Contractor shall obtain, maintain during the life of the project, and provide to the Owner copies of the following bonds and policies which shall be obtained from surety companies, licensed to do business in the State of Louisiana, in the amounts and for the purpose stated and subject to the Owner's approval:<br />1. BID BOND: A "Bid Guarantee" equivalent to 5% of the bid price consisting of a firm commitment, such as a bid bond, certified check, or other negotiable instrument made payable to the Town of Church Point, shall accompany each bid as assurance that the bidder will, upon acceptance of his bid, execute such contractual documents as may be required and within the time specified. The form of this security shall be as stated in the Instructions to Bidders included in the Bid Documents for this project.<br /> <br />2. PERFORMANCE BOND: A performance bond of not less than 100% of the contract price shall be executed to assure the Contractor's faithful performance of the contract as described in Instructions to Bidders.<br />3. PAYMENT BOND: A payment bond of not less than 100% of the contract price shall be executed to assure payment as required by law of all persons supplying labor and material in the performance of the work provided by the contract as described in Instructions to Bidders.<br />Bids shall be accepted from Contractors who are licensed under LA. R.S. 37:2150-2173 for the classification of “Municipal and Public Works Construction”. Bidder is required to comply with provisions and requirements of LA R.S. 38:2212(B)(5). No bid may be withdrawn for a period of forty-five (45) days after receipt of bids, except under the provisions of LA. R.S. 38:2214. Each bid shall be submitted only on the Bid Form.<br /><br />Bids will be evaluated by the Town of Church Point based on the lowest responsible bid submitted which is also in compliance with the specifications. The Town of Church Point reserves the right to reject any and all bids or portions thereof, for just cause. In accordance with La. R.S. 38:2212(B)(1), the provisions and requirements of this Section; and those stated in the bidding documents shall not be waived by any entity.<br /><br />The Town of Church Point strongly encourages the participation of DBEs (Disadvantaged Business Enterprise) in all contracts or procurements let by the Town of Church Point for goods and services and labor and material. To that end, all contractors and suppliers are encouraged to utilize DBEs in the purchase or sub-contracting of materials, supplies, services, and labor in which disadvantaged businesses are available.
https://www.centralauctionhouse.com/rfp1776686-church-point-detention-and-floodproofing-phase-1.html
19-Feb-2025 4:45:00 PM CST |
25-Mar-2025 11:00:00 AM CDT |
St. Tammany Parish Fire District 1 |
St. Tammany FD1 New Training Classroom Building #2
|
St. Tammany Fire Protection District No. 1 522 Robert Blvd.<br />Slidell, LA 70458<br /> <br />St. Tammany Fire Protection District No. 1 will be accepting sealed bids for the construction of a 1,950 square foot new Training Facility located at 34780 S. Range Rd, Slidell, LA 70458 (On Camp Villere).<br /> <br />Those interested in submitting bids may obtain drawings and specifications, upon deposit of $400.00 at Dammon Engineering, Inc located at 554 Old Spanish Trail, Slidell La. 70458 or by emailing
[email protected] for information, or by downloading documents at Central Bidding.<br /> <br />Sealed bids shall be marked "SEALED-TRAINING FACILITY" and shall also contain the respondent's Louisiana Contractor's Name and License Number on the outside of the envelope. In accordance with La. R.S. 37:2163, the Contractor shall certify that he holds an active license. The contractor shall hold a Louisiana Contractor's license in Municipal & Public Works Construction and/or Building Construction.<br /> <br />Bids will be accepted through Central Bidding or manual submission. Manually-submitted bids can be submitted to the Receptionist at the St. Tammany Fire Protection District No. 1 Headquarters, 522 Robert Boulevard, Slidell, LA 70458 no later than 4:00 p.m., Thursday, March 20, 2025. Any bid received after 4:00 p.m. will be returned unopened.<br /> <br />In the case of an electronic bid, a contractor may submit an authentic digital signature on the electronic bid accompanied by the contractor's license number in order to meet the requirements of La. R.S. 37:2163. Except as otherwise provided in<br />R.S. 37:2163, if the bid does not contain the contractor's certification and show the contractor's license number on the bid envelope, the bid shall be automatically rejected and shall be returned to the bidder marked "Rejected" and shall not be read aloud.<br /> <br />Bids will be opened on Thursday, March 20, 2025, at 4:00 PM at Fire District Headquarters, 522 Robert Blvd, Slidell, LA 70458.<br /> <br />In accordance with La. R.S. 37:2163, the Contractor shall certify that he holds an active license under the provisions of La. R.S. 37:2163 and all architects, engineers, and awarding authorities shall place in their bid specifications the requirement.<br /> <br />There will be a mandatory pre-bid meeting held of all respondents at the jobsite at 34780 S. Range Rd, Slidell, LA 70460 (On Camp Villere) on Monday, March 10, 2025, at 10:00 AM. All prime respondents must have an officer, principal, manager, or supervisor present during the entire duration of the pre-bid meeting.<br /> <br />The signature on the bid must be that of an authorized representative of the corporation, partnership or other legal entity, as defined by Louisiana Public Bid Law Revised Statute 38:2212.A.(l)(c) which dictates parties authorized to submit bids for public contracts.<br /><br />All entities submitting a bid must have at least 5 years previous construction experience in the State of Louisiana. This requirement is applicable to all persons holding an ownership interest of five (5%) percent or greater in any partnership or joint venture submitting a bid.<br /> <br />All required Certificates of Liability Insurance shall list the Fire District as an "additional insured."<br /> <br />All applicable Federal, State, Local laws, ordinance, and the rules and regulations of all authorities having jurisdiction over construction of the project shall apply to the contract throughout.<br /> <br />The bid must be accompanied by a bid security equal to five percent (5%) of the base bid and must be in the form of a certified check, cashier’s check or bid bond written by a company licensed to do business in Louisiana. If submitting a bid online, vendors must submit an electronic bid bond through the respective online clearing house bond management system(s) as indicated in the electronic bid Solicitation on Central Auction House. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission. The successful bidder will be required to furnish a Performance and Payment Bond written by a company licensed to do business in Louisiana, in the amount equal to one hundred percent (100%) of the Bid amount. Certificates of Insurance will also be required<br /> <br />No bidder may withdraw his/her Bid within forty-five (45) days after the actual date of opening thereof.<br /> <br />All proposals, bids and applications are welcomed. The Fire District encourages participation by Minority, Women-Owned, and Disadvantaged Business Enterprise firms.<br /> <br />Deposits are refundable to bonafide prime respondents and will be 50% refundable to all others with return of complete and unmarked documents no later than 10 days after receipt of bids.
https://www.centralauctionhouse.com/rfp17577178-st-tammany-fd1-new-training-classroom-building-2.html
19-Feb-2025 4:00:00 PM CST |
20-Mar-2025 4:00:00 PM CDT |
Jefferson Parish Government |
5000147165 Two Year Contract for Landscape Irrigation System Maintenance Work for the Jefferson Parish Department of Parkways
|
ADVERTISEMENT FOR BIDS<br />BID NO. 50-00147165<br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., March 18, 2025 and publicly opened thereafter. At no charge, bidders may submit via Jefferson Parish’s electronic procurement page by visiting www.jeffparishbids.net to register for this free site.<br />Bids will be accepted and received through Central Bidding until 2 p.m. The public bid opening will be held at the West Bank Purchasing Department at 200 Derbigny Street, Suite 4400, Gretna, LA 70053 beginning at 2:30 p.m. on each bid opening date for the following project:<br />Two Year Contract for Landscape Irrigation System Maintenance for the Jefferson Parish Department of Public Works - Parkways Department.<br />Bid specifications may be obtained by visiting the Jefferson Parish Purchasing Department webpage at http://purchasing.jeffparish.net and selecting the LaPAC Tab. Bids may also be viewed and submitted online free of charge at: www.jeffparishbids.net.<br />Each bid must be accompanied by a surety bid bond in the amount of 5% of the total bid amount, or the amount specified, WHEN INDICATED IN THE SPECIFICATIONS. Vendors must submit an electronic bid bond through the respective online clearinghouse bond management system(s) as indicated in the electronic bid Solicitation on Central Auction House. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission.<br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br />Renny Simno<br />Director<br />Purchasing Department<br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br />ADV: The New Orleans Advocate: February 19, 26, 2025 and March 05, 2025<br />For additional information, please visit the Purchasing Webpage at http://purchasing.jeffparish.net or you may call 504-364-2678.
https://www.centralauctionhouse.com/rfp63595438-5000147165-two-year-contract-for-landscape-irrigation-system-maintenance-work-for-the-jefferson-parish-department-of-parkways.html
19-Feb-2025 3:00:00 PM CST |
18-Mar-2025 2:00:00 PM CDT |
Food & Nutrition Services Diocese of Lafayette |
Bread Products#2-2025
|
NOTICE TO BIDDERS Sealed bids will be received by Food & Nutrition Services, Diocese of Lafayette, 210 Old Farm Lane, Broussard, LA, 70518, until the following dates and times shown: Food and Nutrition Services Diocese of Lafayette 1 Year Contract: Bread – March 19th, 2025, 1:00 PM Portioned Juices – March 19th, 2025, 1:00 PM Water – March 19th, 2025, 1:00 PM At the above place and time, bids will be opened and the public is invited to attend. Detailed conditions of bids, instructions to bidders, specifications and bid forms may be obtained by calling or writing to Donna Cardosa, Food and Nutrition Services, Diocese of Lafayette, 210 Old Farm Lane, Broussard, LA, 70518, Phone number: 337-837-5921, ext. 206, Email:
[email protected]. By request official bid documents can be downloaded from Central Bidding at www.centralauctionhouse.com. Electronic bids can also be submitted through www.centralauctionhouse.com. For technical questions relating to the electronic bidding process on Central Bidding, please call Central Bidding Support at 1-833-412 5717. This institution is an equal opportunity provider.
https://www.centralauctionhouse.com/rfp63564891-bread-products2-2025.html
19-Feb-2025 2:00:00 PM CST |
19-Mar-2025 12:45:00 PM CDT |
Food & Nutrition Services Diocese of Lafayette |
Portion Juice-#3-2025
|
NOTICE TO BIDDERS Sealed bids will be received by Food & Nutrition Services, Diocese of Lafayette, 210 Old Farm Lane, Broussard, LA, 70518, until the following dates and times shown: Food and Nutrition Services Diocese of Lafayette 1 Year Contract: Bread – March 19th, 2025, 1:00 PM Portioned Juices – March 19th, 2025, 1:00 PM Water – March 19th, 2025, 1:00 PM At the above place and time, bids will be opened and the public is invited to attend. Detailed conditions of bids, instructions to bidders, specifications and bid forms may be obtained by calling or writing to Donna Cardosa, Food and Nutrition Services, Diocese of Lafayette, 210 Old Farm Lane, Broussard, LA, 70518, Phone number: 337-837-5921, ext. 206, Email:
[email protected]. By request official bid documents can be downloaded from Central Bidding at www.centralauctionhouse.com. Electronic bids can also be submitted through www.centralauctionhouse.com. For technical questions relating to the electronic bidding process on Central Bidding, please call Central Bidding Support at 1-833-412 5717. This institution is an equal opportunity provider.
https://www.centralauctionhouse.com/rfp55109435-portion-juice-3-2025.html
19-Feb-2025 2:00:00 PM CST |
19-Mar-2025 12:45:00 PM CDT |
Food & Nutrition Services Diocese of Lafayette |
Bottled Water #4-2025
|
NOTICE TO BIDDERS Sealed bids will be received by Food & Nutrition Services, Diocese of Lafayette, 210 Old Farm Lane, Broussard, LA, 70518, until the following dates and times shown: Food and Nutrition Services Diocese of Lafayette 1 Year Contract: Bread – March 19th, 2025, 1:00 PM Portioned Juices – March 19th, 2025, 1:00 PM Water – March 19th, 2025, 1:00 PM At the above place and time, bids will be opened and the public is invited to attend. Detailed conditions of bids, instructions to bidders, specifications and bid forms may be obtained by calling or writing to Donna Cardosa, Food and Nutrition Services, Diocese of Lafayette, 210 Old Farm Lane, Broussard, LA, 70518, Phone number: 337-837-5921, ext. 206, Email:
[email protected]. By request official bid documents can be downloaded from Central Bidding at www.centralauctionhouse.com. Electronic bids can also be submitted through www.centralauctionhouse.com. For technical questions relating to the electronic bidding process on Central Bidding, please call Central Bidding Support at 1-833-412 5717. This institution is an equal opportunity provider.
https://www.centralauctionhouse.com/rfp39629756-bottled-water-4-2025.html
19-Feb-2025 2:00:00 PM CST |
19-Mar-2025 12:45:00 PM CDT |
Lincoln Parish School Board |
LPSB - 2024 Bond New Classroom Addition for Choudrant Elementary School and New Cheer/Weight Room Building for Choudrant High School
|
<ol> <li>Work at Choudrant Elementary School consists of the construction of a new classroom building connected to the south end of the existing building by a concrete walk and aluminum canopy. Due to the site’s potential for wet conditions during much of the year, the School Board bid a pre-foundation pad and site access drive in September 2024. This work was done by Murphy Brothers of Arcadia. The select fill was tested by a lab in 8” lifts during installation to assure proper compaction. The contours on the plans represent the grades at the time of completion of this work in October 2024. The contractor shall visit the job site and assess This work includes a building pad, dirt work and access road work has been completed (major portion) under a separate bid. The drainage, concrete walks, concrete foundation, aluminum canopy, brick veneer/CMU block walls, Pre-engineered wood trusses, fiberglass shingles, soffit panels, drywall systems, building insulation, finish carpentry, hollow metal doors, finish hardware, glazing, lay-in ceiling, paint, electrical, mechanical, and other systems as described in the contract documents. This building will also include a Tornado Shelter area with rated doors frames, reinforced concrete block walls and reinforced concrete roof on metal deck and steel joists. Coordinate work with the School, so that Owner will have use of adjacent buildings and playgrounds during construction.</li> <li>Work at Choudrant High School consists of the construction of a new spirit/weight room building. This work includes a building pad, dirtwork, concrete walk, concrete foundation, metal building, metal liner panels, drywall systems, aluminum overhangs, hollow metal doors, building insulation, paint, electrical, mechanical, and other systems as described in the contract documents. Coordinate all work with the School.</li></ol>
https://www.centralauctionhouse.com/rfp3141233-lpsb--2024-bond-new-classroom-addition-for-choudrant-elementary-school-and-new-cheerweight-room-building-for-choudrant-high-school.html
19-Feb-2025 1:00:00 PM CST |
27-Mar-2025 2:00:00 PM CDT |
Jefferson Parish Government |
SOQ 25-003 Seeking Additional Person or firms interested in Providing Routine Engineering Services for Sewer Projects in Jefferson Parish who are not one of the forty-six persons or firms approved by Resolution No. 144664
|
PUBLIC NOTICE<br />SOQ 25-003<br />Seeking Additional persons or firms interested in Providing Routine<br />Engineering services for Sewer Projects in Jefferson Parish who are<br />not one of the forty-six persons or firms approved by Resolution No.<br />144664<br />The Parish of Jefferson authorized by Resolution No 145516. is hereby soliciting Statements of Qualifications (Jefferson Parish Technical Evaluation Committee (TEC) Professional Services Questionnaire) for additional persons or firms interested in providing routine engineering services for Sewer Projects in Jefferson Parish, who are not one of the forty-six (46) persons or firms approved by Resolution No. 144664, dated August 7, 2024. Routine engineering services are for contracts where the total engineering fee, exclusive of resident inspection services, will not exceed $500,000.00 per assignment. Firms deemed qualified for this work shall be eligible for award of routine sewer contracts for the remainder of the two-year period beginning August 7, 2024.<br />Deadline for Submissions: 3:30 p.m., March 21, 2025<br />The following criteria will be used to evaluate the statement of the firms submitting:<br />• 1) Professional training and experience in relation to the type of work required for the routine engineering services - 35 points;<br />• 2) Size of firm, considering the number of professional and support personnel required to perform the type of routine engineering tasks, including project evaluation, project design, drafting of technical plans, development of technical specifications and construction administration – 10 points;<br />• 3) Capacity for timely completion of newly assigned work, considering the factors of type of routine engineering task, current unfinished workload, and person or firm’s available professional and support personnel - 20 points;<br />• 4) Past Performance by person or firm on Parish contracts - 10 points (Assertions of fault by a person or firm, which shall include time delays, cost over-runs, and or design inadequacies in prior work completed for the Parish shall be evidenced by substantiating documentation provided by the Director of Public Works for the requesting department or the Director of Engineering and received by the Chairman of the Evaluation Committee a minimum of two (2) weeks prior to the scheduled date of the Technical Evaluation Committee Meeting.).<br />• 5) Location of the principal office - 15 points (Preference shall be given to persons or firms with a principal business office as follows: (A) Jefferson Parish, including municipalities located within Jefferson Parish (15 Points); (B) Neighboring Parishes of the Greater New Orleans Metropolitan Region, which includes Orleans, Plaquemines, St. Bernard, St. Charles and St. Tammany Parishes (12 Points); (C) Parishes other than the foregoing (10 Points); (D) Outside the State of Louisiana (6 Points).);<br />• 6) Adversarial legal proceedings between the Parish and the person or firm performing professional services, in which the Parish prevailed or any ongoing adversarial legal proceedings between the Parish and the person or firm performing professional services excluding those instances or cases where the person or firm was added as an<br />indispensable party, or where the person or firm participated in or assisted the public entity in prosecution of its claim - 15 points (In the event that the person or firm fails to provide accurate and detailed information regarding legal proceedings with the Parish, including the absence of legal proceedings, the person or firm shall be deemed unresponsive with regard to this category, and zero (0) points shall be awarded.); • 7) Prior successful completion of projects of the type and nature of routine engineering services, as defined, for which firm has provided verifiable references - 5 points;<br />The person or firm submitting a Statement of Qualifications shall have the following minimum qualifications:<br />1. one principal who is a professional engineer who shall be registered as such in Louisiana<br />2. a professional in charge of the project who is a professional engineer who shall be registered as such in Louisiana with a minimum of five (5) years’ experience in the disciplines involved<br />3. one employee who is a professional engineer registered as such in Louisiana in the field or fields of expertise required for the project (A sub-consultant may meet the requirement only if the advertised project involves more than one discipline.)<br />With regard to the questionnaire, Principal means the sole proprietor of the firm, or one who shares an ownership interest with other persons in the firm, including but not limited to, a partner in a partnership, a shareholder in a corporation, or a member of a limited liability corporation.<br />Each firm’s lowest and highest score shall be dropped and not count towards the firm’s score. Only those persons or firms receiving an overall cumulative score of at least seventy (70) percent or greater, of the total possible points for all categories to be assigned by the participating technical evaluation committee members shall be deemed qualified to perform architectural, engineering, surveying, and laboratory and field services tasks.<br />The estimated fees for this work may vary among different assignments; however, no individual assignment can have a fee exceeding $500,000.00, exclusive of resident inspection services. There is no limit to the number of assignments that can be awarded to a person or firm.<br />The person or firm submitting a Statement of Qualification (TEC) Professional Services Questionnaire must identify all subcontractors who will assist in providing professional services for the project, in the professional services questionnaire. Each subcontractor shall be required to submit a ((TEC) Professional Services Questionnaire) and all documents and information included in the questionnaire. (Refer to Jefferson Parish Code Ordinance, Section 2-928)<br />All persons or firms (including subcontractors) must submit a Statement of Qualifications (TEC) Professional Services Questionnaire by the deadline. The latest professional services questionnaire may be obtained by contacting the Purchasing Department at (504) 364-2678 or via the<br />Jefferson Parish website at<br />https://www.jeffparish.gov/27/Government. This questionnaire can be accessed by clicking on the + next to “Doing Business in Jefferson Parish” on the website and clicking on “Professional Services Questionnaires”.<br />Submissions will only be accepted electronically via Jefferson Parish’s e-Procurement site, Central Bidding at www.centralauctionhouse.com or www.jeffparishbids.net. Registration is required and free for Jefferson Parish vendors by accessing the following link: www.centralauctionhouse.com/registration.php.<br />No submittals will be accepted after the deadline.<br />Affidavits are not required to be submitted with the Statement of Qualifications, but shall be submitted prior to contract approval.<br />Insurances are not required to be submitted with the Statement of Qualifications, but shall be submitted prior to contract approval.<br />Disputes/protests relating to the decisions by the evaluation committee or by the Jefferson Parish Council shall be brought before the 24th Judicial Court.<br />ADV:The New Orleans Advocate: February 19, 26 and March 05, 2025
https://www.centralauctionhouse.com/rfp73594641-soq-25-003-seeking-additional-person-or-firms-interested-in-providing-routine-engineering-services-for-sewer-projects-in-jefferson-parish-who-are-not-one-of-the-forty-six-persons-or-firms-approved-by-.html
19-Feb-2025 1:00:00 PM CST |
21-Mar-2025 3:30:00 PM CDT |
Jefferson Parish Government |
5000147288 LABOR AND MATERIALS NEEDED TO REPAIR FLYGHT PUMP FOR THE JEFFERSON PARISH DEPARTMENT OF SEWERAGE
|
LABOR AND MATERIALS NEEDED TO REPAIR FLYGHT PUMP FOR THE JEFFERSON PARISH DEPARTMENT OF SEWERAGE
https://www.centralauctionhouse.com/rfp63512862-5000147288-labor-and-materials-needed-to-repair-flyght-pump-for-the-jefferson-parish-department-of-sewerage.html
19-Feb-2025 12:39:00 PM CST |
24-Feb-2025 11:00:00 AM CST |
Jefferson Parish Government |
5000147190 REPLACEMENT AND INSTALLATION OF LIGHTING FIXTURES FOR JEFFERSON PARISH DEPARTMENT WATER
|
REPLACEMENT AND INSTALLATION OF LIGHTING FIXTURES FOR JEFFERSON PARISH DEPARTMENT WATER
https://www.centralauctionhouse.com/rfp39628617-5000147190-replacement-and-installation-of-lighting-fixtures-for-jefferson-parish-department-water-.html
19-Feb-2025 11:00:00 AM CST |
24-Feb-2025 11:00:00 AM CST |
St. John the Baptist Parish Public Schools |
Bond Project - ESJP HVAC Upgrades
|
Sealed bids will be received by the St. John the Baptist Parish Public Schools, 118 West 10th Street, PO Drawer AL, Reserve, LA 70084 or online at www.centralauctionhouse.com until 10:00 A.M. C.S.T. on March 12, 2025
https://www.centralauctionhouse.com/rfp98847027-bond-project--esjp-hvac-upgrades-.html
19-Feb-2025 10:00:00 AM CST |
12-Mar-2025 10:00:00 AM CDT |
St. John the Baptist Parish Public Schools |
Bond Project West St John High School HVAC IMPROVEMENTS
|
Sealed bids will be received by the St. John the Baptist Parish Public Schools, 118 West 10th Street, PO Drawer AL, Reserve, LA 70084 or online at www.centralauctionhouse.com until 2:30 P.M. C.S.T. on March 10, 2025. Bids will be publicly opened and read aloud at that time, and a tabulation will be made for consideration
https://www.centralauctionhouse.com/rfp98850289-bond-project-west-st-john-high-school-hvac-improvements-.html
19-Feb-2025 10:00:00 AM CST |
10-Mar-2025 2:30:00 PM CDT |
St. John the Baptist Parish Public Schools |
Bond Project West St John High SchoolLOCKER ROOM & RESTROOM IMPROVEMENTS
|
Sealed bids will be received by the St. John the Baptist Parish Public Schools, 118 West 10th Street, PO Drawer AL, Reserve, LA 70084 or online at www.centralauctionhouse.com until 3:00 P.M. C.S.T. on March 10, 2025
https://www.centralauctionhouse.com/rfp93406882-bond-project-west-st-john-high-schoollocker-room-restroom-improvements-.html
19-Feb-2025 10:00:00 AM CST |
10-Mar-2025 3:00:00 PM CDT |
St. John the Baptist Parish Public Schools |
Bond Project- EAST St John High School LOCKER ROOM & RESTROOM IMPROVEMENTS
|
Sealed bids will be received by the St. John the Baptist Parish Public Schools, 118 West 10th Street, PO Drawer AL, Reserve, LA 70084 or online at www.centralauctionhouse.com until 3:00 P.M. C.S.T. on March 10, 2025
https://www.centralauctionhouse.com/rfp98872890-bond-project-east-st-john-high-school-locker-room-restroom-improvements-.html
19-Feb-2025 10:00:00 AM CST |
10-Mar-2025 3:00:00 PM CDT |
Jefferson Parish Government |
5000147253 - Two (2) Year Contract to Supply Diapers and Baby Items on an as Needed Basis for the Department of Jefferson Community Action Programs (JeffCAP) Head Start Birth-to-Five Program
|
ADVERTISEMENT FOR<br />BID NO. 50-00147253<br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., March 6, 2025 and shall, at the below listed time and place, be publicly opened and read aloud. At no charge, bidders may submit via Jefferson Parish’s electronic procurement page by visiting www.jeffparishbids.net to register for this free site.<br /> <br />Bids will be accepted and received through Central Bidding until 2 p.m. The public bid opening will be held at the West Bank Purchasing Department at 200 Derbigny Street, Suite 4400, Gretna, LA 70053 beginning at 2:30 p.m. on each bid opening date for the following project:<br /> <br /> <br />Two (2) Year Contract to Supply Diapers and Baby Items on an as Needed Basis for the Department of Jefferson Community Action Programs (JeffCAP) Head Start Birth-to-Five Program<br /> <br /> <br />All bids must be in accordance with the contract documents on file with the Jefferson Parish Purchasing Department, Suite 4400, Jefferson Parish General Government Building, at 200 Derbigny Street, Gretna, Louisiana. Late bids will not be accepted.<br /> <br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br /> <br /> <br />The New Orleans Advocate: February 19, and 26, 2025<br /> <br />For additional information, please visit the Purchasing Webpage at https://www.jeffparish.gov/464/Purchasing or call 504-364-2678.
https://www.centralauctionhouse.com/rfp44967735-5000147253--two-2-year-contract-to-supply-diapers-and-baby-items-on-an-as-needed-basis-for-the-department-of-jefferson-community-action-programs-jeffcap-head-start-birth-to-five-program-.html
19-Feb-2025 9:19:00 AM CST |
06-Mar-2025 2:00:00 PM CST |
Jefferson Parish Government |
5000147188 PONTIFF PLAYGROUND PICKLEBALL COURTS - PROJECT NO. 24-1130-0028 DEPARTMENT OF RECREATION
|
<br /> <br /> <br /> <br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00147188<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., March 25, 2025 and publicly opened thereafter. At no charge, bidders may submit via Jefferson Parish’s electronic procurement page by visiting www.jeffparishbids.net to register for this free site.<br /> <br />Bids will be accepted and received through Central Bidding until 2 p.m. The public bid opening will be held at the West Bank Purchasing Department at 200 Derbigny Street, Suite 4400, Gretna, LA 70053 beginning at 2:30 p.m. on each bid opening date for the following project:<br /> <br />Pontiff Playground Pickleball Courts<br />Project No. 24-1130-0028<br />Department of Recreation<br /> <br />Purchases for this project shall be exempt from state sales and use tax according to La. R.S. 47:301(8)(c)(i). The successful bidder shall be granted the tax-exempt status of Jefferson Parish via Form R-1020, Designation of Construction Contractor as Agent of a Governmental Entity Sales Tax Exemption Certificate. Form R-1020 is distributed by the Louisiana Department of Revenue.<br /> <br />All bids must be in accordance with the contract documents on file with the Jefferson Parish Purchasing Department, Suite 4400, Jefferson Parish General Government Building, at 200 Derbigny Street, Gretna, Louisiana. Late bids will not be accepted.<br /> <br />Each Bid must be accompanied by an electronic bid surety bond in the amount equal to five percent (5%) of the total amount bid, and payable without condition to the owner. Vendors must submit an electronic bid bond through the respective online clearinghouse bond management system(s) as indicated in the electronic bid solicitation on Central Auction House. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission.<br /> <br />The drawings and specifications are on file and open for inspection in the Jefferson Parish Purchasing Department, Suite 4400, Jefferson Parish General Government Building, at 200 Derbigny Street, Gretna, Louisiana. A complete set of Contract Documents may be secured from Meyer Engineers, Ltd., 4937 Hearst Street, Suite 1B, Metairie, LA 70001, Phone: 504.885.9892 by licensed contractors upon receipt of a non-refundable fee of $25.00 for an electronic set on a compact disc or a hard copy set will be available upon request for a deposit of Sixty ($60.00) Dollars per set. Deposit on the first set of documents furnished bona fide prime bidders will be fully refunded upon return of documents in good condition no later than ten (10) days after receipts of bids.<br /> <br />The successful bidder will be required to furnish a performance bond guaranteeing faithful performance of the contract. Companies providing the bonds shall comply with the requirements of LA-R.S. 38:2218 and R.S. 38:2219 as applicable.<br /> <br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br /> <br /> <br /> <br /> <br /> <br /> <br />All prospective bidders are invited to attend the non-mandatory pre-bid conference which will be held at 9:00 AM on March 7, 2025 at Pontiff Playground – Golden Age Center 1521 Palm St, Metairie, LA 70001 . However, failure to attend the pre-bid conference shall not relieve the bidder of responsibility for information discussed at the conference. Furthermore, failure to attend the pre-bid conference and inspection does not relieve the successful bidder from the necessity of furnishing materials or performing any work that may be required to complete the work in accordance with the specification with no additional cost to the owner. <br /> <br /> <br /><br />Renny Simno<br />Director<br />Purchasing Department<br /> <br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br /><br /> <br />ADV: The New Orleans Advocate: February 19, 26, and March 5, 2025<br /> <br />For additional information, please visit the Purchasing Webpage at http://purchasing.jeffparish.net or you may call 504-364-2678. <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br />
https://www.centralauctionhouse.com/rfp64721659-5000147188-pontiff-playground-pickleball-courts--project-no-24-1130-0028-department-of-recreation.html
19-Feb-2025 8:44:00 AM CST |
25-Mar-2025 2:00:00 PM CDT |
City of Kenner, LA |
SEALED BID 25-6871 CONTRACT TO PROVIDE ASPHALT STREET MAINTENANCE AND SMALL JOBS
|
<div style="text-align: center;">INVITATION TO BID<br /> <br />Sealed Bid No. 25-6871</div> <br />February 19, 2025<br />CONTRACT TO PROVIDE ASPHALT STREET MAINTENANCE AND SMALL JOBS<br />Sealed Bid No. 25-6871<br /> <br /> <br />The City of Kenner (also referenced as “Kenner” and “Owner”) will receive sealed bids for:<br /> <div style="text-align: center;">CONTRACT TO PROVIDE ASPHALT STREET MAINTENANCE AND SMALL JOBS</div> <br />Bidders may also obtain copies of the bid documents and submit bids electronically by visiting www.centralauctionhouse.com. Sealed bids will be received until Tuesday, March 25, 2025 at 9:45 a.m., by the City of Kenner in the Finance Department located at:<br /> <div style="text-align: center;">1610 Reverend Richard Wilson Drive<br />Building D<br />Kenner, Louisiana 70062</div> <br />All interested parties are invited to attend the Bid Opening on the same day at 10:00 a.m. in the City of Kenner, Building D Auditorium, 1610 Rev. Richard Wilson Drive, Kenner, Louisiana, at which time the bids will be publicly read.<br /> <br /> <br /> <br /> <div style="text-align: right;">CITY OF KENNER<br /> <br /> <br /> <br />/s/Elizabeth Herring<br />Chief Financial Officer</div> <br />Advertisement:<br />The Advocate<br />February 19, 2025<br />February 26, 2025<br />March 5, 2025
https://www.centralauctionhouse.com/rfp93791299-sealed-bid-25-6871-contract-to-provide-asphalt-street-maintenance-and-small-jobs.html
19-Feb-2025 8:30:00 AM CST |
25-Mar-2025 9:45:00 AM CDT |
Vermilion Parish School Board |
BID 2025.769 S16-T14S-R1E HUNTING, GRAZING, & TRAPPING (EXCLUDING ALLIGATOR) LEASE - 320 ACRES MORE OR LESS, LOCATED NORTH OF THE WARREN DITCH
|
<span id="docs-internal-guid-2b4bd349-7fff-9913-ee61-ddab820fd9f2">NOTICE TO BIDDERS</span><br /><span id="docs-internal-guid-2b4bd349-7fff-9913-ee61-ddab820fd9f2">The Vermilion Parish School System will receive sealed bids until 2:00 P.M., Thursday, March 13, 2025 in the Vermilion Parish School System Main Building, 3rd Floor Conference Room, 220 South Jefferson Street, Abbeville, Louisiana 70510, for the purpose of a Hunting, Grazing, and Trapping (excluding Alligator) Lease on the following Sixteenth Section, in accordance with statutes regulating the leasing of public lands:</span><br /><span id="docs-internal-guid-2b4bd349-7fff-9913-ee61-ddab820fd9f2">Bid 2025.769 - Section 16, Township 14 South, Range 1 East Hunting, Grazing, and Trapping (excluding Alligator) Lease – 320 Acres more or less, located North of the Warren Ditch</span><br /><span id="docs-internal-guid-2b4bd349-7fff-9913-ee61-ddab820fd9f2">BID OPENING: Thursday, March 13, 2025 @ 2:00 p.m. </span><br /><span id="docs-internal-guid-2b4bd349-7fff-9913-ee61-ddab820fd9f2">It is understood that the successful bidder will take into consideration that another Lessee may use the land for hunting, grazing, trapping and baiting alligator (alligator only) according to regulations set forth by the Louisiana Wildlife and Fisheries Commission.</span><br /><span id="docs-internal-guid-2b4bd349-7fff-9913-ee61-ddab820fd9f2">Use of the leasehold is subject to Coastal Restoration Restrictions, attached hereto.</span><ol style="list-style-type:decimal;"> <li aria-level="1" dir="ltr"><span id="docs-internal-guid-2b4bd349-7fff-9913-ee61-ddab820fd9f2">Bids may be submitted for a period not to exceed five (5) years. </span></li></ol> <ol style="list-style-type:decimal;"> <li aria-level="1" dir="ltr" value="2"><span id="docs-internal-guid-2b4bd349-7fff-9913-ee61-ddab820fd9f2">No bid can be considered for less than one thousand seven hundred dollars </span>($1,700.00) per year. </li></ol> <ol style="list-style-type:decimal;"> <li aria-level="1" dir="ltr" value="3"><span id="docs-internal-guid-2b4bd349-7fff-9913-ee61-ddab820fd9f2">Payment for first year rental must accompany the bid form obtained from The Vermilion Parish School System for Bid 2025.769, and the contract will be issued for a period beginning April 19, 2025.</span></li></ol> <ol style="list-style-type:decimal;"> <li aria-level="1" dir="ltr" value="4"><span id="docs-internal-guid-2b4bd349-7fff-9913-ee61-ddab820fd9f2">No lease can be executed for more than the amount of acres in the section to bid on, and no lessee can own more than one lease.</span></li></ol> <ol style="list-style-type:decimal;"> <li aria-level="1" dir="ltr" value="5"><span id="docs-internal-guid-2b4bd349-7fff-9913-ee61-ddab820fd9f2">NO Lessee may assign, sublease, or transfer his lease.</span></li></ol> <ol style="list-style-type:decimal;"> <li aria-level="1" dir="ltr" value="6"><span id="docs-internal-guid-2b4bd349-7fff-9913-ee61-ddab820fd9f2">The payment required in paragraph 2, shall be by certified check or cashier’s check.</span></li></ol> <ol style="list-style-type:decimal;"> <li aria-level="1" dir="ltr" value="7"><span id="docs-internal-guid-2b4bd349-7fff-9913-ee61-ddab820fd9f2">The lease will be covered by the Vermilion Parish School System blanket insurance policy. Lessee will be required to pay their portion of the insurance premium upon execution of the lease.</span></li></ol><span id="docs-internal-guid-2b4bd349-7fff-9913-ee61-ddab820fd9f2">Bids must be sealed and the envelope marked: </span>“Bid 2025.769 – S16-T14S-R1E, Hunting, Grazing, and Trapping (excluding alligator) Lease, 320 acres more or less, located North of the Warren Ditch – Thursday, March 13, 2025 @ 2:00 P.M., and include the bidder’s name and address.”<br /><span id="docs-internal-guid-2b4bd349-7fff-9913-ee61-ddab820fd9f2">Bid packet for the above may be obtained by emailing Lori Fontenot (</span><a href="mailto:
[email protected]">
[email protected]</a>), visiting <a href="http://www.vpsb.net">www.vpsb.net</a>, or www.centralbidding.com.<br /><span id="docs-internal-guid-2b4bd349-7fff-9913-ee61-ddab820fd9f2">Bids submitted prior to this date and time should be properly marked on the outside of the sealed envelope and should be mailed or delivered to Lori Fontenot, Purchasing Agent, Vermilion Parish School System, 220 South Jefferson Street, P. O. Drawer 520, Abbeville, Louisiana 70510. Written receipts for bids will be issued according to law.</span><br /><span id="docs-internal-guid-2b4bd349-7fff-9913-ee61-ddab820fd9f2">The Board reserves the right to reject any and/or all bids.</span><br /><span id="docs-internal-guid-2b4bd349-7fff-9913-ee61-ddab820fd9f2">VERMILION PARISH SCHOOL SYSTEM</span><br /><span id="docs-internal-guid-2b4bd349-7fff-9913-ee61-ddab820fd9f2">Thomas J. Byler</span> Secretary-Treasurer<br /><br /><span id="docs-internal-guid-2b4bd349-7fff-9913-ee61-ddab820fd9f2">PUBLICATION DATES: February 19, February 26, and March 5, 2025</span><div> </div>
https://www.centralauctionhouse.com/rfp45281686-bid-2025769-s16-t14s-r1e-hunting-grazing-trapping-excluding-alligator-lease--320-acres-more-or-less-located-north-of-the-warren-ditch.html
19-Feb-2025 8:00:00 AM CST |
13-Mar-2025 2:00:00 PM CDT |
Vermilion Parish School Board |
BID 2025.770 S16-T17S-R2E HUNTING, GRAZING & TRAPPING (EXCLUDING ALLIGATOR) LEASE - 640 ACRES MORE OR LESS (CHENIER TIGRE)
|
<span id="docs-internal-guid-2fe7421f-7fff-2ba7-fa03-c4b03c4580cf">NOTICE TO BIDDERS</span><br /><br /><span id="docs-internal-guid-2fe7421f-7fff-2ba7-fa03-c4b03c4580cf">The Vermilion Parish School System will receive sealed bids until 2:30 P.M., Thursday, March 13, 2025, in the Vermilion Parish School System Main Building, 3rd Floor Conference Room, 220 South Jefferson Street, Abbeville, Louisiana 70510, for the purpose of a Hunting, Grazing and Trapping (Excluding Alligator) Lease on the following Sixteenth Section, in accordance with statutes regulating the leasing of public lands:</span><br /><br /><span id="docs-internal-guid-2fe7421f-7fff-2ba7-fa03-c4b03c4580cf">Bid 2025.770 - Section 16, Township 17 South, Range 2 East Hunting, Grazing and Trapping (Excluding Alligator) Lease – 640 Acres More or Less (Chenier Tigre)</span><br /> <br /><span id="docs-internal-guid-2fe7421f-7fff-2ba7-fa03-c4b03c4580cf">BID OPENING: Thursday, March 13, 2025 @ 2:30 p.m. </span><br /><br /><span id="docs-internal-guid-2fe7421f-7fff-2ba7-fa03-c4b03c4580cf">As this property contains improvements made by the prior lessee, pursuant to La. R.S. 17:87.8, any bidder must stipulate in his bid that he will pay the prior lessee a sum equal to the appraised value of such improvements as determined by a recognized appraiser of real estate selected by the school board. </span> <br /><br /><span id="docs-internal-guid-2fe7421f-7fff-2ba7-fa03-c4b03c4580cf">It is understood that the successful bidder will take into consideration that another lessee may use the land for hunting and trapping or baiting alligator (alligator only) according to regulations set forth by the Louisiana Wildlife and Fisheries Commission.</span><br /><br /><span id="docs-internal-guid-2fe7421f-7fff-2ba7-fa03-c4b03c4580cf">1.</span> Bids may be submitted for a period not to exceed five (5) years.<br /><span id="docs-internal-guid-2fe7421f-7fff-2ba7-fa03-c4b03c4580cf">2.</span> No bid can be considered for less than fifteen thousand five hundred dollars ($15,500.00) per year.<br /><span id="docs-internal-guid-2fe7421f-7fff-2ba7-fa03-c4b03c4580cf">3.</span> Payment for first year rental must accompany the bid form obtained from The Vermilion Parish School System for Bid 2025.770, and the contract will be issued for a period beginning April 24, 2025.<br /><span id="docs-internal-guid-2fe7421f-7fff-2ba7-fa03-c4b03c4580cf">4.</span> No lease can be executed for more than the amount of acres in the section to bid on, and no lessee can own more than one lease.<br /><span id="docs-internal-guid-2fe7421f-7fff-2ba7-fa03-c4b03c4580cf">5.</span> The lease will be covered by the Vermilion Parish School System blanket insurance policy. Lessee will be required to pay their portion of the insurance premium upon execution of the lease.<br /><span id="docs-internal-guid-2fe7421f-7fff-2ba7-fa03-c4b03c4580cf">6.</span> No Lessee may assign, sublease, or transfer his lease.<br /><span id="docs-internal-guid-2fe7421f-7fff-2ba7-fa03-c4b03c4580cf">7.</span> The payment required in Paragraph 2, shall be by certified check or cashier’s check.<br /><br /><span id="docs-internal-guid-2fe7421f-7fff-2ba7-fa03-c4b03c4580cf">Bids must be sealed and the envelope marked: </span>"Bid 2025.770 - S16-T17S-R2E, Hunting, Grazing and Trapping (Excluding Alligator) Lease – BID OPENING: Thursday, March 13, 2025 @ 2:30 P.M., and include the bidder’s name and address.”<br /><br /><span id="docs-internal-guid-2fe7421f-7fff-2ba7-fa03-c4b03c4580cf">Bid packet for the above may be obtained by emailing Lori Fontenot (</span><a href="mailto:
[email protected]">
[email protected]</a>), visiting <a href="http://www.vpsb.net">www.vpsb.net</a>, or <a href="http://www.centralbidding.com">www.centralbidding.com</a>.<br /><br /><span id="docs-internal-guid-2fe7421f-7fff-2ba7-fa03-c4b03c4580cf">Bids submitted prior to this date and time should be properly marked on the outside of the sealed envelope and should be mailed or delivered to Lori Fontenot, Purchasing Agent, Vermilion Parish School System, 220 South Jefferson Street, P. O. Drawer 520, Abbeville, Louisiana 70510. Written receipts for bids will be issued according to law.</span><br /><br /><span id="docs-internal-guid-2fe7421f-7fff-2ba7-fa03-c4b03c4580cf">The Board reserves the right to reject any and/or all bids.</span><br /><br /><span id="docs-internal-guid-2fe7421f-7fff-2ba7-fa03-c4b03c4580cf">VERMILION PARISH SCHOOL SYSTEM</span><br /><span id="docs-internal-guid-2fe7421f-7fff-2ba7-fa03-c4b03c4580cf">Thomas J. Byler</span><br /><span id="docs-internal-guid-2fe7421f-7fff-2ba7-fa03-c4b03c4580cf">Secretary-Treasurer</span><br /><br /><span id="docs-internal-guid-2fe7421f-7fff-2ba7-fa03-c4b03c4580cf">PUBLICATION DATES: February 19, February 26, and March 5, 2025</span><div> </div>
https://www.centralauctionhouse.com/rfp75040990-bid-2025770-s16-t17s-r2e-hunting-grazing-trapping-excluding-alligator-lease--640-acres-more-or-less-chenier-tigre.html
19-Feb-2025 8:00:00 AM CST |
13-Mar-2025 2:30:00 PM CDT |
Lafayette Consolidated Government |
Thomas Park Tennis Courts Phase II
|
Notice is hereby given that sealed bids will be received either electronically at www.centralbidding.com or in the office of the Purchasing Division at the Lafayette Consolidated Government Building, located at 705 West University Avenue, Lafayette, Louisiana, until 2:30 PM Central Time on the 20th day of March, 2025 for the following:<br /> <br />Thomas Park Tennis Courts Phase II<br /> <br />and will, shortly thereafter, be opened and read aloud in the Council Briefing Room located at 705 West University Avenue, Lafayette, LA. Bids received after the above specified time for opening shall not be considered and shall be returned unopened to the sender. Bidders are encouraged to call into the bid openings at the following phone number 337-291-5100. <br /> <br />Scope of Services: The scope of the project consists of the demolition and removal of the existing tennis court and lighting system and the construction of a new 4 court tennis playing area according to the plans and specifications with appropriate fencing and lighting. All work to be completed within one hundred twenty (120) working days from issuance of Notice to Proceed.<br /> <br />In accordance with Louisiana RS 38:2212 electronic Bids may be submitted at Central Bidding (www.centralbidding.com).Official Bid Documents are available at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814. Bidders may request the electronic bid package from Heather Kestler at
[email protected].<br /> <br /> Bidders submitting bids electronically are required to provide the same documents as bidders submitting through the mail as soon as available. Only a bid bond, certified check or cashier’s check shall be submitted as the bid security. Electronic copies of both the front and back of the check or bid bond shall be included with the electronic bid.<br /> <br />Bids must be signed in accordance with LRS Title 38:2212(B)5. A Corporate Resolution or Certificate of Authority authorizing the person signing the bid is required to be submitted with bid. Failure to submit a Corporate Resolution or Certificate of Authority with the bid shall be cause for rejection of bid.<br /> <br />Copies of the bidding documents are available at the Office of Purchasing located at 705 West University Avenue, Lafayette, LA 70502 upon payment of $225 per set, non-refundable. NOTE: NO CASH WILL BE ACCEPTED - ONLY CHECKS OR MONEY ORDERS MADE PAYABLE TO LAFAYETTE CONSOLIDATED GOVERNMENT. Bid Documents shall be available until twenty-four hours before the bid opening date. Questions relative to the bidding documents shall be addressed to Heather Kestler at
[email protected].<br /> <br />Contractors are requested to attend a pre-bid meeting, which will be held on March 6, 2025 at 2:00 PM on site at Thomas Park located at 300 Geraldine Drive, Lafayette, LA.<br /> <br />Each bid shall be accompanied by a certified check, cashier’s check, or bid bond payable to the Lafayette Consolidated Government, the amount of which shall be five percent (5%) of the base bid plus additive alternates. If a bid bond is used, it shall be written by a surety or insurance company currently on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the Federal Register, or by a Louisiana domiciled insurance company with at least an A-Rating in the latest printing of the A.M. Best’s Key Rating Guide to write individual bonds up to ten percent (10%) of policyholders’ surplus as shown in the A.M. Best’s Key Rating Guide, or by an insurance company in good standing licensed to write bid bonds which is either domiciled in Louisiana or owned by Louisiana residents. The bid bond shall be issued by a company licensed to do business in Louisiana. The certified check, cashier’s check, or bid bond shall be given as a guarantee that the bidder shall execute the contract, should it be awarded to him, in conformity with the contract documents within ten (10) days.<br /> <br />No contractor may withdraw its bid prior to the deadline for submission of bids. Withdrawal of bids thereafter shall be allowed only pursuant to LA R.S. 38§2214.C. Otherwise, no bidder may withdraw his bid for at least forty-five (45) days after the time scheduled for the bid opening of bids. Each bid shall be submitted only on the bid form provided within the specifications. The successful bidder will be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully defined in the bid documents. No contractors may withdraw his bid for at least forty-five (45) days after the time scheduled for the opening of bids. Each bid shall be submitted only on the bid form provided with the specifications. The successful contractor will be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully defined in the bid documents.<br /> <br />Bids will be evaluated by the Purchaser based on the lowest responsible and responsive bid submitted which is also in compliance with the bid documents. The Lafayette Consolidated Government reserves the right to reject any and all bids for just cause in accordance with LA R.S. 38§2214.B.<br /> <br />Contractors or contracting firms submitting bids in the amount of $50,000.00 or more shall certify that they are licensed contractors under Chapter 24 of Title 37 of the Louisiana Revised Statutes of 1950 and show their license number on the front of the sealed envelope in which their bid is enclosed. Contractors shall be licensed for the classification of “Building Construction” or “Municipal and Public Works Construction”. Bids in the amounts specified above which have not bid in accordance with the requirements, shall be rejected and shall not be read. Additional information relative to licensing may be obtained from the Louisiana State Licensing Board for Contractors, Baton Rouge, Louisiana.<br /> <br />The Lafayette Consolidated Government strongly encourages the participation of DBEs (Disadvantaged Business Enterprises) in all contracts or procurements let by the Lafayette Consolidated Government for goods and services and labor and material. To that end, all contractors and suppliers are encouraged to utilize DBEs business enterprises in the purchase or sub-contracting of materials, supplies, services and labor and material in which disadvantaged businesses are available. Assistance in identifying said businesses may be obtained by calling 291-8410.<br /> <br /> <br /> PURCHASING DIVISION<br /> Lafayette Consolidated Government<br /> <br />PUBLISH DATES: 2/19, 2/23, 3/2<br />DPR 993560<br /> <br />
https://www.centralauctionhouse.com/rfp45573195-thomas-park-tennis-courts-phase-ii.html
19-Feb-2025 8:00:00 AM CST |
20-Mar-2025 2:30:00 PM CDT |
Lafayette Consolidated Government |
Fiber Optic Technician Splice Labor - Connect Louisiana Project
|
NOTICE TO CONTRACTORS<br />Notice is hereby given that sealed bids will be received either electronically at<br />www.centralbidding.com or in the office of the Purchasing Division at the Lafayette Consolidated<br />Government Building, located at 705 West University Avenue, Lafayette, Louisiana, until 10:00 AM<br />Central Time on the 20th day of March, 2025 for the following:<br />Fiber Optic Technician Splice Labor<br />Connect Louisiana Project &<br />(EDA Award Number 08-79-05663)<br />and will, shortly thereafter, be opened and read aloud in the Council Briefing Room located at 705<br />West University Avenue, Lafayette, LA. Bids received after the above specified time for opening shall<br />not be considered and shall be returned unopened to the sender. Bidders are encouraged to call into<br />the bid openings at the following phone number 337-291-5100.<br />Scope of Services: The scope of work shall consist of, but not limited to, the splicing of fiber optic<br />cables per specs.<br />In accordance with Louisiana RS 38:2212 electronic Bids may be submitted at Central Bidding<br />(www.centralbidding.com).Official Bid Documents are available at Central Bidding<br />(www.centralbidding.com). For questions related to the electronic bidding process, please call<br />Central Bidding at 225-810-4814. Bidders may request the electronic bid package from Christian<br />Janes at
[email protected].<br />Bidders submitting bids electronically are required to provide the same documents as bidders<br />submitting through the mail as soon as available. Only a bid bond, certified check or cashier’s check<br />shall be submitted as the bid security. Electronic copies of both the front and back of the check or bid<br />bond shall be included with the electronic bid.<br />Bids must be signed in accordance with LRS Title 38:2212(B)5. A Corporate Resolution or<br />Certificate of Authority authorizing the person signing the bid is required to be submitted with<br />bid. Failure to submit a Corporate Resolution or Certificate of Authority with the bid shall be<br />cause for rejection of bid.<br />Each bid shall be accompanied by a certified check, cashier’s check, or bid bond payable to the<br />Lafayette Consolidated Government, the amount of which shall be five percent (5%) of the base bid<br />plus additive alternates. If a bid bond is used, it shall be written by a surety or insurance company<br />currently on the U.S. Department of the Treasury Financial Management Service list of approved<br />bonding companies which is published annually in the Federal Register, or by a Louisiana domiciled<br />insurance company with at least an A-Rating in the latest printing of the A.M. Best’s Key Rating Guide<br />to write individual bonds up to ten percent (10%) of policyholders’ surplus as shown in the A.M. Best’s<br />Key Rating Guide, or by an insurance company in good standing licensed to write bid bonds which<br />is either domiciled in Louisiana or owned by Louisiana residents. The bid bond shall be issued by a<br />company licensed to do business in Louisiana. The certified check, cashier’s check, or bid bond shall<br />be given as a guarantee that the bidder shall execute the contract, should it be awarded to him, in<br />conformity with the contract documents within ten (10) days.<br />No contractor may withdraw its bid prior to the deadline for submission of bids. Withdrawal of bids<br />thereafter shall be allowed only pursuant to LA R.S. 38§2214.C. Otherwise, no bidder may withdraw<br />his bid for at least forty-five (45) days after the time scheduled for the bid opening of bids. Each bid<br />shall be submitted only on the bid form provided within the specifications. The successful bidder will<br />be required to execute performance and labor and material payment bonds in the full amount of the<br />contract as more fully defined in the bid documents. No contractors may withdraw his bid for at least<br />forty-five (45) days after the time scheduled for the opening of bids. Each bid shall be submitted only<br />on the bid form provided with the specifications. The successful contractor will be required to execute<br />performance and labor and material payment bonds in the full amount of the contract as more fully<br />defined in the bid documents.<br />Bids will be evaluated by the Purchaser based on the lowest responsible and responsive bid<br />submitted which is also in compliance with the bid documents. The Lafayette Consolidated<br />Government reserves the right to reject any and all bids for just cause in accordance with LA R.S.<br />38§2214.B.<br />Contractors or contracting firms submitting bids in the amount of $50,000.00 or more shall certify that<br />they are licensed contractors under Chapter 24 of Title 37 of the Louisiana Revised Statutes of 1950<br />and show their license number on the front of the sealed envelope in which their bid is enclosed.<br />Contractors shall be licensed for the classification of “Electrical Work” OR “Communications”<br />Bids in the amounts specified above which have not bid in accordance with the requirements, shall<br />be rejected and shall not be read. Additional information relative to licensing may be obtained from<br />the Louisiana State Licensing Board for Contractors, Baton Rouge, Louisiana.<br />The Lafayette Consolidated Government strongly encourages the participation of DBEs<br />(Disadvantaged Business Enterprises) in all contracts or procurements let by the Lafayette<br />Consolidated Government for goods and services and labor and material. To that end, all contractors<br />and suppliers are encouraged to utilize DBEs business enterprises in the purchase or sub-contracting<br />of materials, supplies, services and labor and material in which disadvantaged businesses are<br />available. Assistance in identifying said businesses may be obtained by calling 291-8410.<br />PURCHASING DIVISION<br />Lafayette Consolidated Government
https://www.centralauctionhouse.com/rfp13354001-fiber-optic-technician-splice-labor--connect-louisiana-project.html
19-Feb-2025 8:00:00 AM CST |
20-Mar-2025 10:00:00 AM CDT |
Lafayette Consolidated Government |
LOUIS "DOC" BONIN GENERATING STATION BONIN SCGT REDEVELOPMENT PROJECT 167118.5.8290 ABATEMENT & DEMOLITION
|
NOTICE TO BIDDERS<br />Notice is hereby given that sealed bids will be received either electronically at www.centralbidding.com or in the<br />office of the Purchasing Division at the Lafayette Consolidated Government Building, located at 705 West<br />University Avenue, Lafayette, Louisiana, until 4:00 p.m. Central Time on the 28th day of March, 2025 for the<br />following:<br />167118.5.8290 ABATEMENT & DEMOLITION<br />and will, shortly thereafter, be opened and read aloud in the Council Briefing Room located at 705 West<br />University Avenue, Lafayette, LA. Bids received after the above specified time for opening shall not be<br />considered and shall be returned unopened to the sender. Bidders are encouraged to call into the bid openings<br />at the following phone number 337-291-5100.<br />Scope of Work: The scope of Work shall consist of all environmental Waste removal, decommissioning,<br />demolition of designated structures, and concrete and soil remediation located at the Project Site and shall<br />include all labor, equipment, materials, handling, permitting, and testing in accordance with the Contract<br />Drawings and Specifications. All Work shall be completed within four hundred twenty-six (426) calendar<br />days from issuance of Notice to Proceed. Refer to Article 5 Schedule, Completion and Stipulated Damages of<br />the General Conditions for further details.<br />In accordance with Louisiana RS 38:2212 electronic Bids may be submitted at Central Bidding<br />(www.centralbidding.com). Official Bid Documents are available at Central Bidding<br />(www.centralbidding.com). For questions related to the electronic bidding process, please call Central Bidding<br />at 225-810-4814. Bidders may request the electronic bid package from Christian Janes at<br />
[email protected].<br />Bidders submitting bids electronically are required to provide the same documents as bidders submitting through<br />the mail within forty-eight (48) hours from bid opening . Only a bid bond, certified check or cashier’s check shall<br />be submitted as the bid security. Electronic copies of both the front and back of the check or bid bond shall be<br />included with the electronic bid.<br />Bidders wishing to submit their bid electronically must first be registered online with Lafayette Consolidated<br />Government as a potential Contractor at the website listed above. Bidders submitting bids electronically shall<br />include all documents in one (1) combined PDF file with bookmark(s) and are required to provide one (1) hard<br />copy within forty-eight (48) hours from bid opening through the mail. Bidders providing bids my mail, shall include<br />one (1) hard copy with all documents in one (1) combined PDF file with bookmark(s) and are required to provide<br />an electronic copy in one (1) USB flash drive. Only a bid bond, certified check or cashier’s check shall be<br />submitted as the bid security. Electronic copies of both the front and back of the check or bid bond shall be<br />included with the electronic bid.<br />SUBMISSION OF CONFIDENTIAL, PROPRIETARY, OR TRADESECRET INFORMATION (SEE LA. R.S.<br />44:3.2(D)<br />As a public entity, Lafayette Consolidated Government is subject to the Louisiana Public Records Law, which<br />may require submissions of Bidders to be a public record. Pursuant to La. R.S. 44:3.2(D), Bidders who submit<br />documents or information they believe to be proprietary or trade secret must clearly mark each page or piece of<br />information which is, in the Bidder’s opinion, proprietary or trade secret and must also submit with such<br />information a cover sheet that reads as follows in bold type:<br />DOCUMENT CONTAINS CONFIDENTIAL PROPRIETARY OR TRADE SECRET INFORMATION<br />La. R.S. 44:3.2(D) requires Lafayette Consolidated Government to make a determination as to whether a Bidders<br />submission is in fact proprietary or trade secret information within thirty (30) calendar days of the Bidder’s<br />submission.<br />167118.5.8290 – Notice to Bidders Rev 0 Page 2 of 2<br />Bids must be signed in accordance with LRS Title 38:2212(B)5. A Corporate Resolution or written<br />evidence of authority authorizing the person signing the bid IS required to be submitted with bid. Failure<br />to submit a Corporate Resolution or Certificate of Authority with the bid shall be cause for rejection of<br />bid.<br />Copies of the bidding documents are available upon request by contacting Purchasing & Property Management<br />Division, located at 705 West University Avenue, Lafayette, Louisiana upon payment of Fifty Dollars ($50.00)<br />per set, non-refundable, made payable to the Lafayette Consolidated Government. NOTE: NO CASH WILL BE<br />ACCEPTED - ONLY CHECKS OR MONEY ORDERS MADE PAYABLE TO LAFAYETTE CONSOLIDATED<br />GOVERNMENT. Bid Documents shall be available until twenty-four hours before the bid opening date.<br />Questions relative to the bidding documents shall be directed to Christian Janes by email at<br />
[email protected].<br />Within one (1) week upon receipt of the Invitation to Bid, Bidders are encouraged to confirm intent to submit a<br />bid by replying to the "Invitation to Bid" email sent by Christian Janes (
[email protected]).<br />Bidders are requested to attend a mandatory pre-bid meeting, which will be held on March 12th, 2025 at<br />10 a.m. Central Time in the Engineering Conference Room 2 at the LUS Operations Center located at<br />1314 Walker Rd., Lafayette, LA 70506. Included in the mandatory pre-bid meeting will be a site tour of<br />the demolition area. All attendees are required to provide the following minimum Personal Protective<br />Equipment (PPE) provisions; Closed toe shoes, hard hat, shirt with long sleeves, long pants (no shorts).<br />Each bid shall be accompanied by a certified check, cashier’s check, or bid bond payable to the Lafayette<br />Consolidated Government, the amount of which shall be five percent (5%) of all additive line items of the base<br />bid. If a bid bond is used, it shall be written by a surety or insurance company currently on the U.S. Department<br />of the Treasury Financial Management Service list of approved bonding companies which is published annually<br />in the Federal Register, or by a Louisiana domiciled insurance company with at least an A-Rating in the latest<br />printing of the A.M. Best’s Key Rating Guide to write individual bonds up to ten percent (10%) of policyholders’<br />surplus as shown in the A.M. Best’s Key Rating Guide, or by an insurance company in good standing licensed<br />to write bid bonds which is either domiciled in Louisiana or owned by Louisiana residents. The bid bond shall be<br />issued by a company licensed to do business in Louisiana. The certified check, cashier’s check, or bid bond<br />shall be given as a guarantee that the bidder shall execute the contract, should it be awarded to him, in conformity<br />with the Contract Documents within ten (10) working days.<br />No bidder may withdraw his bid for at least forty-five (45) calendar days after the time scheduled for the opening<br />of bids. Each bid shall be submitted only on the bid form provided with the specifications. The successful bidder<br />will be required to execute performance and labor and material payment bonds in the full amount of the contract<br />as more fully defined in the bid documents. In accordance with Public Bid Law, bids are valid for a period of fortyfive<br />(45) calendar days from the time of the opening of bids.<br />Bids will be evaluated by the Owner based on the lowest responsible and responsive bid submitted which is also<br />in compliance with the bid documents. The Lafayette Consolidated Government reserves the right to reject any<br />and all bids for just cause in accordance with LA R.S. 38§2214.B.<br />The Lafayette Consolidated Government strongly encourages the participation of DBEs (Disadvantaged<br />Business Enterprises) in all contracts or procurements let by the Lafayette Consolidated Government for goods<br />and services and labor and material. To that end, all bidders and suppliers are encouraged to utilize DBEs<br />business enterprises in the purchase or sub-contracting of materials, supplies, services and labor and material<br />in which disadvantaged businesses are available. Assistance in identifying said businesses may be obtained by<br />calling 337-291-8410.<br />PUBLISH DATES: 02-19-25; 02-23-25; 03-02-25 PURCHASING DIVISION<br />DPR 992304 Lafayette Consolidated Government
https://www.centralauctionhouse.com/rfp34296593-louis-doc-bonin-generating-station-bonin-scgt-redevelopment-project-16711858290-abatement-demolition.html
19-Feb-2025 8:00:00 AM CST |
28-Mar-2025 4:00:00 PM CDT |
Lafayette Consolidated Government |
Contract Labor Services
|
NOTICE TO BIDDERS<br /> <br />Notice is hereby given that sealed bids will be received either electronically at www.centralbidding.com or in the office of the Purchasing Division at the Lafayette Consolidated Government Building, located at 705 West University Avenue, Lafayette, Louisiana, until 3:00 pm Central Time on the 11th day of March, 2025 for the following:<br /> <br /> CONTRACT LABOR SERVICES<br /> <br />and will, shortly thereafter, be opened and read aloud in the Office of Purchasing located at 705 West University Avenue, Lafayette, LA. Bids received after the above specified time for opening shall not be considered and shall be returned unopened to the sender. Due to limited meeting spaces, bidders are highly encouraged to call into the bid openings at the following phone number 337-291-5100. <br /> <br />In accordance with Louisiana RS 38:2212 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 Thomas Metrejean 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) 291-7187 (Attn: Thomas Metrejean). Bidding documents shall be available until twenty-four (24) hours before the bid opening date.<br /> <br />Each bid shall be accompanied by a certified check, cashier’s check in the amount of $500.00 or bid bond payable to the Lafayette Consolidated Government, the amount of which shall be five percent (5%) of the base bid plus additive alternates. If a bid bond is used, it shall be written by a surety or insurance company currently on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the Federal Register, or by a Louisiana domiciled insurance company with at least an A-Rating in the latest printing of the A.M. Best’s Key Rating Guide to write individual bonds up to ten percent (10%) of policyholders’ surplus as shown in the A.M. Best’s Key Rating Guide, or by an insurance company in good standing licensed to write bid bonds which is either domiciled in Louisiana or owned by Louisiana residents. The bid bond shall be issued by a company licensed to do business in Louisiana and countersigned by a person who is under contract with residing in this state. The certified check, cashier’s check, or bid bond shall be given as a guarantee that the bidder shall execute the contract, should it be awarded to him, in conformity with the contract documents within ten (10) days.<br /> <br />No bidder may withdraw his bid for at least forty-five (45) days after the time scheduled for the opening of bids. Each bid shall be submitted only on the bid form provided with the specifications. <br /> <br />Bids will be evaluated by the Purchaser based on the lowest responsible and responsive bid submitted which is also in compliance with the bid documents. The Lafayette Consolidated Government reserves the right to reject any and all bids for just cause in accordance with LA R.S. 38§2214.B. <br /> <br />The Lafayette Consolidated Government strongly encourages the participation of DBEs (Disadvantaged Business Enterprise) in all contracts or procurements let by the Lafayette Consolidated Government for goods and services and labor and material. To that end, all contractors and suppliers are encouraged to utilize DBEs business enterprises in the purchase or sub-contracting of materials, supplies, services and labor and material in which disadvantaged business are available. Assistance in identifying said businesses may be obtained by calling 291-8410.<br /> <br /> PURCHASING DIVISION<br /> Lafayette Consolidated Government<br /> <br />PUBLISH DATES: 2-19-25, 2-23-25<br />DPR # 984131<br /> <br />
https://www.centralauctionhouse.com/rfp98872449-contract-labor-services.html
19-Feb-2025 8:00:00 AM CST |
11-Mar-2025 3:00:00 PM CDT |
Port of New Orleans |
Nashville Avenue Terminal Hurricane Ida Damage Repairs Nashville Wharf Sheds A & B
|
Nashville Avenue Terminal Hurricane Ida Damage Repairs Nashville Wharf Sheds A & B per drawings and specifications provided.
https://www.centralauctionhouse.com/rfp55158168-nashville-avenue-terminal-hurricane-ida-damage-repairs-nashville-wharf-sheds-a-b.html
19-Feb-2025 8:00:00 AM CST |
18-Mar-2025 11:00:00 AM CDT |
Terrebonne Parish School District |
Child Nutrition Bid Fruit Juice, Fresh Fruits & Vegetables 031225-A
|
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 One Thirty o’clock PM (1:30 PM), March 12, 2025, for Fruit Juice, Fresh Fruits and Vegetables, and Supplies and Disposables. Bids received by the specified time and date of 1:30 PM on March 12, 2025 will be publicly opened and acknowledged in the Purchasing Department, 201 Stadium Drive, Houma, LA 70360 and reviewed by an evaluation committee at a later date.<br /> <br />All inquiries must be submitted in writing by February 26, 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 />All 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: Wednesday, February 19, 2025<br /> Wednesday, February 26, 2025<br /> <br /> <br />This Institution is an Equal Opportunity Employer and Provider
https://www.centralauctionhouse.com/rfp34282327-child-nutrition-bid-fruit-juice-fresh-fruits-vegetables-031225-a.html
19-Feb-2025 8:00:00 AM CST |
12-Mar-2025 1:30:00 PM CDT |
Terrebonne Parish School District |
Child Nutrition Supplies and Disposables Bid 031225-B
|
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 One Thirty o’clock PM (1:30 PM), March 12, 2025, for Fruit Juice, Fresh Fruits and Vegetables, and Supplies and Disposables. Bids received by the specified time and date of 1:30 PM on March 12, 2025 will be publicly opened and acknowledged in the Purchasing Department, 201 Stadium Drive, Houma, LA 70360 and reviewed by an evaluation committee at a later date.<br /> <br />All inquiries must be submitted in writing by February 26, 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 />All 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: Wednesday, February 19, 2025<br /> Wednesday, February 26, 2025<br /> <br /> <br />This Institution is an Equal Opportunity Employer and Provider
https://www.centralauctionhouse.com/rfp81181656-child-nutrition-supplies-and-disposables-bid-031225-b.html
19-Feb-2025 8:00:00 AM CST |
12-Mar-2025 1:30:00 PM CDT |
Jefferson Parish Government |
5000147343 THREE (3) YEAR LABOR ONLY CONTRACT TO TROUBLESHOOT, REPAIR, INSTALL, AND CALIBRATE COMMERCIAL KITCHEN EQUIPMENT FOR THE DEPARTMENT OF GENERAL SERVICES
|
<br /> <br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00147343<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., March 18, 2025 and publicly opened thereafter. At no charge, bidders may submit via Jefferson Parish’s electronic procurement page by visiting www.jeffparishbids.net to register for this free site.<br /> <br />Bids will be accepted and received through Central Bidding until 2 p.m. The public bid opening will be held at the West Bank Purchasing Department at 200 Derbigny Street, Suite 4400, Gretna, LA 70053 beginning at 2:30 p.m. on each bid opening date for the following project:<br /> <br />Three (3) Year Labor Only Contract to Troubleshoot, Repair, Install, and Calibrate Commercial Kitchen Equipment for the Jefferson Parish Department of General Services<br /> <br /> <br />Bid specifications may be obtained by visiting the Jefferson Parish Purchasing Department webpage at http://purchasing.jeffparish.gov and selecting the LaPAC Tab. Bids may also be viewed and submitted online free of charge at: www.jeffparishbids.gov. <br /> <br />Each bid must be accompanied by a surety bid bond in the amount of 5% of the total bid amount, or the amount specified, WHEN INDICATED IN THE SPECIFICATIONS. Vendors must submit an electronic bid bond through the respective online clearinghouse bond management system(s) as indicated in the electronic bid Solicitation on Central Auction House. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission. <br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br /> <br /> <br /><br />Renny Simno<br />Director<br />Purchasing Department<br /> <br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br /><br /> <br />ADV: The New Orleans Advocate: February 19, 26, and March 5, 2025<br /> <br />For additional information, please visit the Purchasing Webpage at http://purchasing.jeffparish.gov or you may call 504-364-2678.<br />
https://www.centralauctionhouse.com/rfp39640025-5000147343-three-3-year-labor-only-contract-to-troubleshoot-repair-install-and-calibrate-commercial-kitchen-equipment-for-the-department-of-general-services.html
19-Feb-2025 7:52:00 AM CST |
18-Mar-2025 2:00:00 PM CDT |
City of New Iberia |
City of New Iberia Pepperplex Road
|
<div style="text-align: center;"><b>CITY OF NEW IBERIA<br />PEPPER PLEX ACCESS ROAD</b></div> <br /> Notice is hereby given that sealed Bids will be received by the City of New Iberia, Iberia Parish Louisiana, for the furnishing and installation of drainage improvements and an aggregate access road for the Pepper Plex sports facility in the City of New Iberia.<br /> <br /> Bids will be on a unit price basis; segregated Bids will not be accepted.<br /> <br /> Bids will be received by the City of New Iberia until 2:00 p.m. on Thursday, March 20th, 2025 in the City of New Iberia Meeting Room in City Hall, 457 E Main St., Suite 300, New Iberia, Louisiana. Bids received after this time will not be accepted and will be returned unopened. Bids will be opened and publicly read aloud after specified closing time.<br /> <br /> A Voluntary Pre-Bid conference will be held at 2:00 p.m. on Wednesday, March 12th, 2025 at City Hall, 457 E Main Street, Suite 300, New Iberia, Louisiana. Representatives of the Owner and Engineer will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference.<br /> <br /> To qualify to bid, each bidder shall be properly licensed Contractor in accordance with Louisiana Revised Statues 37:2150-2163 for the classification of Highway, Street and Bridge. Contractors desiring to bid shall submit evidence that they hold license of proper classification in full force and effect at the time the bidding documents are requested from the office of the Engineer. The Contractor shall show their license number on the bid form and on the envelope containing their Bid.<br /> <br /> Bidding Documents shall not be issued later than 24 hours prior to the hour and date set for the opening of Bids. Bids must be submitted on forms provided by the Engineer.<br /> <br /> Each Bid shall be accompanied by Bid security made payable to the City of New Iberia, in amount of at least five percent of the Bidder’s maximum Bid price and in the form of a certified check or a Bid Bond in accordance with LA R.S. 2218. This check or Bid Bond shall be given as a guarantee that the Bidder will execute the Agreement, should it be awarded to them.<br /> <br /> Each Bid shall be accompanied by an executed Certificate as to Corporate Principal and Corporate Resolution.<br /> <br /> The Owner reserves the right to reject any and all Bids for just cause. In accordance with LA R.S. 38:2212(A)(1)(b), the provisions and requirements of this Section, those stated in the advertisement for bids, and those required on the bid form shall not be considered as informalities and shall not be waived by any public entity.<br /> <br /> Bid Forms and other related information are available to be viewed, downloaded, and submitted online at www.centralbidding.com. Also, a copy of the plans and specifications may be picked up at the office of Staples Engineering and Consulting, LLC located at 2617 Northside Road, Suite 300, New Iberia, Louisiana. The copies can either be received as a hard copy with a deposit of $100 or a CD version at no cost to the Bidder. Deposits on the first set of hard copy documents furnished to bona fide Prime Bidder will be fully refunded upon return of the documents, in clean working order, no later than ten days after receipt of bids. On other sets of documents furnished to Bidders, the deposit, less actual reproduction costs, will be refunded upon return of the documents in clean working order, no later than ten days after receipt of bids.<br /> <br />THIS DONE AND SIGNED, on this 11th day of February, 2025.<br /> CITY OF NEW IBERIA<br /> By: /s/Freddie DeCourt<br /> Freddie DeCourt, Mayor of City of New Iberia<br /> <br /> <br /> <br />Published: 2/19/25<br /> 2/26/25<br /> 3/5/25
https://www.centralauctionhouse.com/rfp73537068-city-of-new-iberia-pepperplex-road.html
19-Feb-2025 12:00:00 AM CST |
20-Mar-2025 2:00:00 PM CDT |
Lincoln Parish Police Jury |
Asphalt Materials
|
Sealed bids will be received by the Police Jury of Lincoln Parish until Friday, March 7, 2025 at 9:00 am. at its office in the Courthouse, Ruston, Louisiana,<br />For furnishing:<br /> <br /> ITEM 1. ASPHALT MATERIALS <br /> <br />Only bids submitted on Bid Forms will be accepted. Bid Forms and Specifications may be obtained from the office of the Lincoln Parish Police Jury, 100 West Texas Ave, Ruston LA 71270. Bids can also be submitted electronically at www.centralauctionhouse.com.<br /> <br />The Police Jury reserves the right to reject any or all bids for just cause.<br /> <br />Lincoln Parish Police Jury<br />Jeri Lynn Webb<br />Purchasing Officer<br />
https://www.centralauctionhouse.com/rfp67038403-asphalt-materials.html
19-Feb-2025 12:00:00 AM CST |
07-Mar-2025 9:00:00 AM CST |
City of Mandeville |
RFP: JANITORIAL SERVICES CONTRACT
|
PUBLIC NOTICE<br />REQUEST FOR PROPOSALS<br />JANITORIAL SERVICES CONTRACT<br />The City of Mandeville is soliciting sealed proposals from qualified vendors to provide comprehensive janitorial services for municipal buildings. Services must comply with specifications detailed in the Request for Proposals (RFP).<br />Proposal Deadline:<br />March 27, 2025, by 2:30 PM (local time)<br />Proposals submitted after the deadline will not be accepted.<br />Submission Requirements:<br />Electronic Submissions: Submit via www.centralbidding.com.<br />Hard Copy Submissions: Deliver one (1) original and one (1) digital copy (USB flash drive) in a sealed envelope marked:<br /><br />Sealed Proposal: CITY OF MANDEVILLE, JANITORIAL SERVICES CONTRACT<br />Deadline: March 27, 2025, 2:30 PM<br />Include: Vendor’s Name and AddressDeliver hard copies to:<br /><br />Purchasing Agent<br />City of Mandeville<br />3101 East Causeway Approach<br />Mandeville, LA 70448<br /><br />Pre-Proposal Conference and Site Visits:<br />A non-mandatory pre-proposal conference will be held on February 27, 2025, at 10:00 AM in the Mandeville City Hall Council Chamber, followed by guided site visits from 11:00 AM to 12:00 PM.<br /><br />Proposal Guarantee:<br />Each proposal must include a certified check, cashier’s check, or bond equivalent to at least 5% of the total proposal amount, payable to the City of Mandeville.<br /><br />Scope of Work:<br />The janitorial services contract includes labor, equipment, supplies, and supervision for the following locations:<br /><br />City Hall<br />Community Center<br />Police Department<br />DMV<br />Public Works Building<br />Trailhead Depot<br />Police Investigations Building<br /><br />RFP Documents and Questions:<br />Interested parties can obtain RFP specifications from the Purchasing Agent or via email at
[email protected]. Questions must be submitted in writing to the Purchasing Agent by March 6, 2025.<br /><br />The City of Mandeville reserves the right to reject any or all proposals in accordance with applicable laws and regulations.<br /><br />Contact Information:<br />For additional details, contact the Purchasing Agent at (985) 626-3144 or via email at
[email protected].<br /><br />Mayor Clay Madden<br />Tammany Farmer 3x’s 2/19, 2/26, 3/5
https://www.centralauctionhouse.com/rfp60036706-rfp-janitorial-services-contract.html
19-Feb-2025 12:00:00 AM CST |
27-Mar-2025 2:30:00 PM CDT |
City of Morgan City |
ONE YEAR CONTRACT FOR ROAD MAINTENANCE AND CONSTRUCTION NO. 1, 2025
|
PUBLIC NOTICE<br /> <br />INVITATION TO BIDDERS<br /> <br />Sealed proposals will be received on MARCH 12, 2025, by the City of Morgan City, in the Conference Room, at City Hall, 512 First Street, Morgan City, Louisiana, until 10:00 a.m. (local time). Any bids delivered should be delivered to Ms. Genie Bonner, Administrative Secretary, City of Morgan City, 512 First Street, Morgan City, Louisiana, no later than 10:00 a.m. (local time), at which time bids will be publicly opened and read aloud for the furnishing of item/items listed below. Subsequent to the opening, the proposals will be evaluated by the appropriate party/parties for awarding, rejecting, or holding for further advisement and/or evaluation.<br /> <br />Project Name: ONE YEAR CONTRACT FOR ROAD MAINTENANCE AND CONSTRUCTION NO. 1, 2025<br /> <br />Specifications and proposal forms are on file in the office of the Administrative Secretary, City Hall, 512 First Street, Morgan City, Louisiana. If bids are mailed, they shall be addressed as follows: Ms. Genie Bonner , Administrative Secretary, City of Morgan City, P.O. Box 1218, Morgan City, Louisiana 70381, and must arrive no later than 10:00 a.m. (local time). The envelope shall be clearly marked – “Proposals – ROAD MAINTENANCE AND CONSTRUCTION NO. 1, MARCH 12, 2025”. Please contact Ms. Genie Bonner, 985-380-4715, for any clarifications.<br />Evidence of authority to submit a bid shall be required in accordance with R.S. 38:2212 (A) (1) (c) and R.S. 39:1594 (C) (4) (d). <br /> <br />The LOWEST qualified proposal will be the one determined to offer the best advantage to the City of Morgan City. Successful bidder shall be required to provide a performance bond upon award of the bid. The City of Morgan City reserves the right to reject bids for just cause in the best interest of the City of Morgan City.<br /> <br />There will be a mandatory pre-bid meeting on: February 25, 2025, at 10:00 AM at Morgan City Recreation Department, 915 Everett Street, Morgan City, LA 70380<br /> <br />Successful proposers must register with the City of Morgan City and the St. Mary Parish and Use Tax Department for tax purposes. Bidding documents will also be on Central Auction House.<br /> <br />(S) Lee Dragna<br />Lee Dragna<br />Mayor<br /> <br /> <br />Advertise: February 19, 26 & March 5, 2025
https://www.centralauctionhouse.com/rfp76606887-one-year-contract-for-road-maintenance-and-construction-no-1-2025.html
19-Feb-2025 12:00:00 AM CST |
12-Mar-2025 10:00:00 AM CDT |
Terrebonne Parish School District |
SOUTH TERREBONNE MIDDLE SCHOOL
|
<b>ADVERTISEMENT FOR BIDS (LEGAL NOTICE)</b><br /> <br />Sealed bids will be received on (<b>MARCH 20, 2025</b>), by the Terrebonne Parish School Board, at the School Board District Central Office, 201 Stadium Drive, Houma, Louisiana 70360 until <b>(2:00 PM</b>). Bids will be accepted ONLY electronically via Central Bidding; www.centralbidding.com. At exactly (<b>2:00 PM</b>), all bids will be publicly opened and read aloud for the furnishing of item/items listed below. Subsequent to the opening, the bid/bids will be evaluated by the appropriate party/parties and will be presented to the School Board President for awarding, rejecting, or holding for further advisement and/or evaluation.<br /> <br />Pursuant to R.S. 38:2212 (E), the Terrebonne Parish School Board has partnered with Central Bidding to distribute bid solicitations, collect responses, and/or allow contractors and vendors the ability to respond through a uniform and secure electronic interactive bidding system. Official Bid/RFP documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic bids and/or RFPs can be submitted at www.centralbidding.com at no charge. Bidders participating in the electronic option need to contact Central Bidding if they have any questions or issues relating to the electronic bidding process at (225) 810-4814. There may be fees for downloading Bid Documents that are charged by Central Bidding. Where applicable, and in all construction projects, an electronic bid bond is also required and must be furnished. Failure of the bidder to upload their bid to Central Bidding is not the responsibility of Terrebonne Parish School Board. Printed copies of the Bid Documents are not available from the Architect or Owner.<br /> <br /><b>WORK DESCRIPTION:<br /> <br />TERREBONNE PARISH SCHOOL BOARD<br />SOUTH TERREBONNE MIDDLE SCHOOL<br />3839 LA HWY 24<br />Bourg, LA 70343<br />Architect’s Project No. 2023.03</b><br /> <br />Should printed copies be required by prospective bidders, they may be obtained for the cost of printing and shipping from reprographic companies with access to centralbidding.com.<br /> <br />The time of completion of this project is of prime importance. All of the work required shall be completed within <b>SIX HUNDRED calendar days</b> from the written Notice to Proceed, subject to milestone phase completion deadlines identified in the Project Manual or written approved Change Orders. Should the Contractor neglect, refuse to complete the work, or obtain approval from the State Fire Marshal’s Office for occupancy on the date above, the Owner shall have the right to deduct from and retain out of such moneys which may be due or which may become due and payable to the Contractor, the sum as indicated in Paragraph 10.2 of the Instructions to Bidders per calendar day for each and every day that such completion of the work is delayed beyond the prescribed dates, as stipulated damages and not as a penalty.<br /> <br />An <b>On-Site Mandatory Pre-Bid Conference</b> shall be held for bidders on <b>MARCH 6, 2025</b>, commencing at <b>9:00 AM</b> at <b>SOUTH TERREBONNE HIGH SCHOOL, 3879 HIGHWAY 24 BOURG, LA 70343</b>. <br /> <br />Proposals must be submitted, on the Louisiana Uniform Public Works Bid Form furnished with the Contract Documents, per Instructions to Bidders. Evidence of authority to submit the bid shall be required in accordance with La. R.S. 38:2212(B)(5).<br /> <br />All Bid packages shall be accompanied with the following:<br /> <br />Bid Security in an amount equal to not less than <b>FIVE PERCENT (5%)</b> of the Bid Amount. Bid Security shall be a Certified Check, Cashier's Check or Bid Bond (Money Orders or Letters of Credit will not be accepted) made payable to the <b>TERREBONNE PARISH SCHOOL BOARD</b>. Bid Bond shall be accompanied with Power of Attorney.<br />Completed Louisiana Uniform Public Works Bid Form as described in LA R.S. 38:2212(B)(2).<br />A corporate resolution or other written evidence of the person signing the bid for the Public Work as prescribed by LA RS 38: 2212 (B) (5) shall be required for submission of bid. Failure to include shall result in the rejection of the bid. <br />Failure to include any item specified above, or failure to complete the Louisiana Uniform Public Works Bid Form in its entirety and properly execute this form will result in the Bid / Bids being declared irregular and cause for rejection as being non-responsive.<br /> <br />All other information contained in the Instructions to Bidders, Articles 1-10 shall be strictly adhered to.<br /> <br />Bids shall be accepted only from Contractors who are licensed under La. R.S. 37:2150?2164 for the classification of <b>BUILDING CONSTRUCTION</b>.<br /> <br />No bid may be withdrawn after the closing time for receipt of bids for at least FORTY-FIVE (45) calendar days, except under the provision of La. R.S. 38:2214.<br /> <br />The Lowest qualified bid will be the one determined to offer the best advantage to the Terrebonne Parish School Board. The <b>TERREBONNE PARISH SCHOOL BOARD,</b> to the extent permitted by State and Federal Laws and Regulations, reserves the right to reject any or all Bids/Proposals for just cause.<br /> <br />Proposal prices shall specifically EXCLUDE any and all taxes whatsoever. Act 1029 of 1991 exempts local governments from state and local tax effective September 1, 1991. Proposal prices shall include any shipping / transportation charges, if applicable.<br /> <br /><b>Dane Voisin, President<br />Terrebonne Parish School Board </b><br /> <br /><b>FIRST PUBLICATION: February 19, 2025 <br />SECOND PUBLICATION: February 26, 2025 <br />THIRD PUBLICATION: March 5, 2025 </b>
https://www.centralauctionhouse.com/rfp93402199-south-terrebonne-middle-school.html
19-Feb-2025 12:00:00 AM CST |
20-Mar-2025 2:00:00 PM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
A25-0714REBID OEM SRP & MAS FOR KUBOTA AGRICULTURAL EQUIPMENT
|
NOTICE TO BIDDERS<br /> <br />Electronic bids will be received by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division until 11:00 A.M. March 6, 2025, for the following:<br /> <br />A25-0714Rebid 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 must only be submitted electronically via www.centralbidding.com on the solicitation bid forms furnished by the City of Baton Rouge and Parish of East Baton Rouge prior to the bidding deadline.<br /> <br />Electronic bids for the solicitation will be downloaded by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division. Beginning as soon as feasible after the bid closing time all electronic bids will be downloaded and publicly read aloud in Room 806 immediately after the 11:00 a.m. bid closing. Bidders or their authorized representatives are invited to be present.<br /> <br />Note: The City-Parish has elected to use LaPAC, the state's online electronic bid posting and notification system, in addition to its standard means of advertising this requirement. This Invitation to Bid is available in electronic form at the LaPAC website https://wwwcfprd.doa.louisiana.gov/osp/lapac/dspBid.cfm?search=department&term=102.<br /> <br />Bids, amendments to bids or request for withdrawal of bids received after time specified for bid openings shall not be considered for any cause whatsoever.<br /> <br />Inquiries will be received up until 5 pm on February 28, 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.<br />
https://www.centralauctionhouse.com/rfp60195757-a25-0714rebid-oem-srp-mas-for-kubota-agricultural-equipment.html
19-Feb-2025 12:00:00 AM CST |
06-Mar-2025 12:00:00 AM CST |
City of Covington |
City of Covington Police Investigative Unit Construction
|
Separate sealed bids will be received by City of Covington, 317 N Jefferson Avenue, Covington, LA 70433 for the Covington Police Investigative Unit on the Twentieth day of March at 2:00 p.m. CST. Bids will be opened and publicly read aloud after 2:00 P.M. in the City Hall Conference Room, City Hall, Covington, Louisiana. Any bids received after 2:00 P.M. will be returned unopened.<br /> <br />Complete Bidding Documents provided by the Architect, MSH ARCHITECTS, LLC, 229 EAST KIRKLAND STREET, COVINGTON, LA 70433, 985-898-0303 are available in electronic form and can be downloaded at no cost by emailing
[email protected] and are also available at www.centralbidding.com. Printing costs from the electronic download of documents are the responsibility of the prospective bidder. Bid documents should be obtained through MSH ARCHITECTS, LLC or at www.centralbidding.com. Prospective Bidders are cautioned that the failure to obtain Bid Documents from the Architect as set forth above or notify the Architect of an intention to Bid could prevent the Prospective Bidder from receiving additional information, updates or addenda that may be issued concerning bidding on this Project.<br /> <br />All bids must be accompanied by bid security equal to five percent (5%) of the sum of the base bid and all alternates and must be in the form of a certified check, cashier’s check or bid bond, as outlined in the Instructions to Bidders.<br /> <br />The Successful Bidder will be required to furnish a performance and payment bond, each in an amount equal to 100% of the contract amount.<br /> <br />No bid may be withdrawn except as provided for by law.<br /> <br />Bidders must meet the requirements of the State of Louisiana Contractor’s Licensing Law, La. R.S. 37:2150.1 through 2164, as amended.<br /> <br />Preference may be given to materials, supplies and provisions produced, manufactured or grown in Louisiana in accordance with law.<br /> <br />The Owner reserves the right, in accordance with law, to reject any and all bids.<br /> <br />A non-mandatory pre-bid conference will be held on the Twenty Seventh day of February at 10:00 a.m. starting at the Covington Police Department, 609 N. Columbia Street, Covington LA, 70433. Bidders are strongly urged to attend and participate in the conference. Bidders are encouraged to visit project site to view and become familiar with existing conditions.<br /> <br />Bidders have the option to submit bids electronically in accordance with Louisiana Revised Statute 38:2212 A(1)(f)(i). Please find bid-related materials and place electronic bids at www.centralbidding.com.
https://www.centralauctionhouse.com/rfp98803655-city-of-covington-police-investigative-unit-construction.html
19-Feb-2025 12:00:00 AM CST |
20-Mar-2025 2:00:00 PM CDT |
Bryant Hammett & Associates, LLC |
Town of Vidalia - 115KV Transmission Line-Logan Sewell Sub. to Industrial Park Sub.
|
ADVERTISEMENT FOR BIDS<br />02/19/25 <br />The Town of Vidalia will receive Sealed Bids marked "Bid" for the construction of the project described as follows:<br />TOWN OF VIDALIA<br />115kv transmission line<br />logan sewell substation to industrial park substation<br /> <br />Notice is hereby given that the Town of Vidalia (Owner), located at 200 Vernon Stephens Blvd., Vidalia, LA 71373, will receive bids (via mail or delivery) no later than 11:00 a.m. on Tuesday March 18, 2025. At that time, bids will be publicly opened and read aloud.<br /> <br />The Project consists of constructing 3.0 miles of steel pole,<br />115kV transmission line. The transmission line construction will require the installation of 27<br />steel structures. Each pole will utilize a vibratory-installed steel caisson foundation. The new<br />line will terminate on each end in an existing substation owned by the Town of Vidalia.<br /> <br />All bids must be submitted on the proper form. The contractor must include his contractor's license number on the Bid. Any bids submitted after 11:00 a.m., Local Time, on Tuesday March 18, 2025 will not be considered. <br /> <br />Prospective bidders are encouraged to attend a pre-bid conference on Thursday, March 6, 2025 at 11:00 a.m. (local time) located at the Vidalia Town Hall, 200 Vernon Stephens Blvd., Vidalia, LA 71373.<br /> <br />Bidders may submit bids electronically to the Engineer at
[email protected] and
[email protected] or through the central bidding website. Electronic bids must be received before 10:30 a.m., Local Time on Tuesday March 18, 2025. Any Electronic bid received after this time will not be considered. Bidders submitting bids electronically are required to provide the same documents as bidders submitting through the mail or in person. These items include but are not limited to the Bid Form and Corporate Resolution. Regardless of the bid results, the bidder will have 48 hours from opening of the bids to provide the original bid documents. If a bidder fails to provide the original hard copies of these documents within 48 hours of the bid opening, their bid shall be considered nonresponsive. The Town of Vidalia and the Engineer will not be responsible if the bidder cannot complete and submit a bid due to failure or incomplete delivery of the files submitted via the internet. Original bid documents shall be addressed to the Engineer located at 6885 Hwy. 84, Ferriday, LA 71334 and must be received 48 hours after bid opening, if not, the bid will be considered nonresponsive.<br /> <br />Complete bidding documents for this project are available in electronic form and can be downloaded from the following designated website: http://www.centralbidding.com under Bryant Hammett & Associates, LLC. Prospective Bidders are urged to register with http://www.centralbidding.com website as a plan holder, even if Bidding Documents are obtained from a source other than the designated website in either electronic or paper format. The designated website will be updated periodically with addenda, lists of registered plan holders, reports, and other information relevant to submitting a bid for the Project. All official notifications, addenda, and other Bidding Documents will be offered through the designated website. Prospective Bidders are solely responsible for obtaining the most up-to-date bidding Documents from the designated website. Printed Construction documents can be obtained from Bryant Hammett & Associates (318-757-6576) upon payment of $200 dollars per set. Documents can be mailed to bidders for an additional $15.00 per set. Refunds will be given on the first set of documents furnished to bona fide prime bidders upon return of the clean, unmarked documents no later than ten days after receipt of bids. Neither Owner nor Engineer will be responsible for Bidding Documents, including addenda, if any, obtained from sources other than the designated website. Bids will be accepted through the online bidding portal, however they must be received before 10:30 a.m. and have the same requirements as listed above. <br /> <br />Contractors are responsible for reproduction/printing of Bidding Documents. Contractors desiring to bid shall provide evidence that they hold a State License of proper classification and in full force and effect. For contractor information, this project is classified as Electrical Work.<br /> <br />In accordance with RS 38:2212 G(2) plans and specifications shall be available to bidders until twenty-four hours before bid opening date.<br /> <br />The Corporate Resolution must be signed and sealed. The Owner cannot waive any informalities on the bid form. The Owner reserves the right to reject any and all bids for just cause; such actions will be in accordance with title 38 of the Louisiana Revised Statutes.<br /> <br />Each bidder must deposit with his/her bid, security in the amount, form, and subject to the conditions provided in the Instructions to Bidders. Bid bonds shall be written by a surety or insurance company currently on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the Federal Register, or by a Louisiana domiciled insurance company with at least an A-rating in the latest printing of the A.M. Best’s Key Rating Guide to write individual bonds up to ten percent of policyholders’ surplus as shown in the A.M. Best’s Key rating Guide or by an insurance company in good standing licensed to write bid bonds which is either domiciled in Louisiana or owned by Louisiana Residents. <br /> <br />The contractor may withdraw a bid by affidavit within 48 hours of the bid opening in accordance with LA R.S. 38§2214.C; for patently obvious, unintentional and substantial mechanical, clerical or mathematical errors. The Bids will remain subject to acceptance for Sixty (60) days after the Bid opening, or for such longer period of time that Bidder may agree to in writing upon request of Owner.<br /> <br />Any interpretation of the bid documents shall be in writing addressed to Bryant Hammett & Associates, L.L.C. at 6885 Hwy. 84 West, Ferriday, LA 71334 or emailed to
[email protected] and to be given consideration must be received at least ten days prior to the date fixed for the opening of bids. No communication after this date.<br /> <br />The Contractor shall begin mobilization and procurement of materials within ten (10) working days of the receipt of the Notice to Proceed.<br /> <br />The successful bidder will be required to execute the Owner's Standard Form of Agreement/Contract for construction together with the Performance and Payment Bonds within ten (10) working days after issuance of the Notice of Award. Sureties used for obtaining bonds must appear as acceptable on the U.S. Department of Treasury Circular 570. <br /> <br />The Owner hereby notifies all offerors that in regard to any contract entered into pursuant to this advertisement, that Minority Business Enterprises will be afforded equal opportunity to submit offers in response to this invitation and will not be discriminated against on the grounds of race, color, sex, national origin or disability in consideration for an award.
https://www.centralauctionhouse.com/rfp55163285-town-of-vidalia--115kv-transmission-line-logan-sewell-sub-to-industrial-park-sub.html
19-Feb-2025 12:00:00 AM CST |
18-Mar-2025 10:30:00 AM CDT |
Assumption Parish Waterworks District No. 1 |
APWW Pierre Part and Paincourtville Elevated Water Tank Coating Improvements
|
INVITATION TO BIDDERS<br /> Sealed bids will be received on Thursday, March 20, 2025, by the Board of Commissioners of Assumption Parish Waterworks District No. 1, at 4633 LA-1, Napoleonville, Louisiana, until 2:00 p.m. At exactly 2:00 p.m., all bids will be publicly opened and read in the Board meeting room. Subsequent to the opening, the bid/bids will be evaluated by the appropriate party/parties and will be presented to the Board for handling in accordance with the Louisiana Public Bid Law.<br /> <br /> Sealed bids shall be either hand-delivered by the bidder or his agent in which instance the deliverer shall be handed a written receipt, or such bid shall be sent by registered or certified mail with a return receipt requested. Bids may also be delivered by a package or express delivery service or carrier. However, if this form of delivery is utilized, the form of delivery receipt utilized by said carrier or service shall be considered as a sufficient written receipt received by the bidder.<br /> <br />Bid documents will be posted on http://www.centralauctionhouse.com. To view these, download, and receive bid notices by e-mail, you will have to register with Central Auction House (CAH). Vendors/Contractors will have the option to submit their bids & bid bonds electronically or by paper copy. Any questions about this process, contact Ted Fleming with Central Auction House at 1-866-570-9620. <br /> <br /> Bids received prior to the time of the scheduled bid opening will be securely kept unopened. No bid received after the scheduled time for opening will be considered. Bidders are cautioned to allow ample time for transmittal of bids by mail or otherwise. Bidders are urged to secure information relative to the probable time of arrival and distribution of mail at the place where the bids are to be opened. Failure of the U.S. Mail or of any express carrier or delivery service to deliver the bids timely shall not be considered due cause for the scheduled time of the bid opening to be extended.<br /> <br /> All proposals must be sealed and addressed as follows:<br /> <br />PROPOSAL: Assumption Parish Waterworks District No. 1<br /> Pierre Part and Paincourtville Elevated Water Tank Coating Improvements<br /> <br />LICENSE NO.: <br /> <br />Work on which proposals are invited consists of paint and coating rehabilitation and minor structural repairs at multiple tank locations throughout the water district.<br /> <br /> Bids must be submitted on the Louisiana Uniform Public Works Bid Form furnished with the bidding documents. Bid sheets will be issued only to contractors and/or subcontractors licensed in accordance with the provisions of R.S. 37:2150 through 2173 of the Louisiana Legislature. Contractors desiring to bid shall submit their Louisiana Contractor’s License Number as evidence that they hold a license of the proper classification that is in full force and effect. Unlicensed contractors must note on the bid envelope that their bid is being submitted under R.S. 37:2157, Paragraph (A)(6) of the Louisiana Contractor’s Law.<br /> <br /> Specifications and proposal forms are on file in the office of High Tide Consultants, LLC, 700 Canal Blvd., Thibodaux, Louisiana 70301, and a single copy may be obtained by each prospective bidder upon the payment of $100.00 per set (non-refundable) to cover the cost of printing. Please contact B. Shane Guin, PE, Principal-in-Charge, for any clarification or information with regard to the plans and specifications.<br /> <br /> A non-mandatory Pre-Bid Conference will be held on Thursday, March 6, 2025, at 10:00 a.m. at the office of Assumption Parish Waterworks District No. 1, at 4633 LA-1, Napoleonville, Louisiana, 70390. Following the conference, a project tour may be conducted, weather or conditions permitting. All prospective bidders are cordially invited and encouraged to attend the Pre-bid conference.<br /> <br /> If someone other than a corporate officer signs for the Bidder/Contractor, a copy of a corporate resolution or other signature authorization shall be required for submission of bid. Failure to include a copy of the appropriate signature authorization, if required, may result in the rejection of the bid unless bidder has complied with LA R.S. 38:22:12(A) (1) (C) or LA R.S. 38:2212(0).<br /> <br /> All proposals must be accompanied by a Certified Check, Cashier's Check or Bid Bond in the amount of five (5%) percent of the amount of the proposal made payable to the Assumption Parish Waterworks District No. 1. Failure to do so will result in the bid/bids being declared non-responsive and shall be cause for rejection.<br /> <br />A Bid will be considered responsive if it conforms in all respects with the conditions and requirements of the Bidding Documents.In order to be considered responsive, the Louisiana Uniform Public Works Bid Form must; (a) be fully completed, signed and be responsive in all respects to the Bidding Documents; (b) be made on the Bid Forms provided and submitted intact.Assumption Parish Waterworks District No. 1, reserves the right to reject any and all bids in accordance with State Bid Law.<br /> <br /> /s/ Scott Sternfels <br /> Scott Sternfels, President<br /> Board of Commissioners,<br />Assumption Parish Waterworks District No. 1<br /> Assumption Parish, Louisiana<br /> <br /> <br /> <br /> <br />Publish three (3) times on:<br />February 18, 2025<br />February 25, 2025<br />March 4, 2025
https://www.centralauctionhouse.com/rfp49884875-apww-pierre-part-and-paincourtville-elevated-water-tank-coating-improvements.html
18-Feb-2025 12:00:00 PM CST |
20-Mar-2025 2:00:00 PM CDT |
Terrebonne Parish School District |
Child Nutrition Bid Meats & Frozen and Canned & Dry 031125
|
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 One Thirty o’clock PM (1:30 PM), March 11, 2025, for MEAT AND FROZEN ITEMS AND CANNED AND DRY GOODS. Bids received by the specified time and date of 1:30 PM on March 11, 2025 will be publicly opened and acknowledged in the Purchasing Department, 201 Stadium Drive, Houma, LA 70360 and reviewed by an evaluation committee at a later date.<br /> <br />All inquiries must be submitted in writing by February 26, 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 />All 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: Tuesday, February 18, 2025<br /> Wednesday, February 26, 2025<br /> <br /> <br />This Institution is an Equal Opportunity Employer and Provider<br />
https://www.centralauctionhouse.com/rfp76933753-child-nutrition-bid-meats-frozen-and-canned-dry-031125.html
18-Feb-2025 8:00:00 AM CST |
11-Mar-2025 1:30:00 PM CDT |
Assumption Parish Police Jury |
Bayou St. Vincent - RFQ
|
ASSUMPTION PARISH GOVERNMENT<br />Request for Qualifications:<br />Engineering Services for<br />Bayou St. Vincent – LWI Round 2 Project<br /> <br />The Assumption Parish Police Jury (APPJ) is issuing a Request for Qualifications (RFQ) from firms interested in providing engineering and design services for the Bayou St. Vincent Project, a project originating in the Parish’s 2023 Drainage and Flood Mitigation Master Plan.<br /> <br />This project has three main components: reintroduction of natural channel design principles, bridge and culvert replacements, and dredging and cleaning waterways. Natural Channel Design principles will be used to restore or recreate Bayou St. Vincent’s original shape and structure, thereby enhancing drainage capabilities and capacity. The design focuses on reintroducing meanders, riffles, and pools to facilitate efficient water flow, reduce flooding, and emulate the patterns and processes found in healthy, functioning ecosystems. The project also includes the evaluation, sizing, and potential redesign of three bridges and three culverts that cross Bayou St. Vincent (see Attachment 1); this evaluation will need to ensure that new structures meet the Federal Flood Risk Management Standards.<br /> <br />The existing bayou will be surveyed and modeled on a sub-basin scale to determine the necessary extent of dredging and to identify specific sections needing improvement. It is expected that approximately nine miles of waterways will be dredged with up to three feet of material removed, but the exact length and depth will be determined during the design phase and after consideration of the hydrologic and hydraulic study results (H&H study to be performed by another firm, not part of this work scope).<br /> <br />Especially important in this selection is the firm’s experience with designing flood mitigation and drainage projects that include natural channel design, dredging, bridge inspection/replacement, sweeping/cleaning, and hydroseeding.<br /> <br />This $9.08 million project is funded by federal funds through the Community Development Block Grant (CDBG) Disaster Recovery/Mitigation Program, so it must meet CDBG and Office of Community Development (OCD) requirements.<br /> <br />Schedule of Events:<br />Activity<br />Date<br />Publish Notice of RFQ<br />February 18, 2025<br />February 25, 2025<br />March 4, 2025<br />Blackout period<br />February 18, 2025 – Award of Contract<br />Deadline for receipt of written inquiries<br />March 11, 2025<br />Deadline for receipt of RFQ responses<br />(Received via parish website or delivery)<br />March 20, 2025 at 3:00 p.m.<br />Oral presentations<br />To be Determined<br /> <br />Submittal Details:<br />Responses may be submitted in two ways:<br />Online through the Assumption Parish website (www.assumptionla.com)<br />Delivered to the Assumption Parish Police Jury Office, 4813 Highway 1, Napoleonville, LA 70390. The response must be delivered in a sealed envelope with the outside of the envelope marked “LWI-BAYOU ST. VINCENT ROUND 2 PROJECT.” <br />Emailed submissions will not be accepted. All submittals MUST be received and date stamped as received in the APPJ Administrative Office no later than the deadline as stated in the Schedule of Events. Responses received after the deadline and incomplete submissions will not be considered responsive, so they will not be evaluated.<br /> <br />To receive the full RFQ packet, email the authorized Single Point of Contact, Rayetta Crochet. Written questions regarding the RFQ requirements or Scope of Work/Services must be submitted in writing to the APPJ. This is the authorized Single Point of Contact. No other Parish Staff or Police Jurors may be contacted during the blackout period.<br /> <br />Assumption Parish Police Jury<br />Attn: Rayetta Crochet, Accountant/Grants Coordinator<br />4813 Highway 1<br />Napoleonville, LA 70390<br />
[email protected] <br />Note that APPJ is an Equal Opportunity Employer and encourages submissions by DBE-certified firms and the use of DBE subconsultants in addition to Section 3 certified businesses. Please identify such if they are available and will be used in this project.<br /> <br />Publish:<br />February 18, 2025<br />February 25, 2025<br />March 4, 2025<br />
https://www.centralauctionhouse.com/rfp66113420-bayou-st-vincent--rfq.html
18-Feb-2025 12:00:00 AM CST |
20-Mar-2025 3:00:00 PM CDT |
Jefferson Parish Government |
5000147176 SUPPLY, DELIVERY, AND INSTALLATION OF FILE CABINETS FOR JEFFERSON PARISH CLERK OF COURT
|
SUPPLY, DELIVERY, AND INSTALLATION OF FILE CABINETS FOR JEFFERSON PARISH CLERK OF COURT
https://www.centralauctionhouse.com/rfp95390453-5000147176-supply-delivery-and-installation-of-file-cabinets-for-jefferson-parish-clerk-of-court-.html
17-Feb-2025 4:00:00 PM CST |
28-Feb-2025 11:00:00 AM CST |
Calcasieu Parish School System |
BID#2025-26-3y, Dishwasher Rentals & Chemicals
|
https://www.centralauctionhouse.com/rfp5406656-bid2025-26-3y-dishwasher-rentals-chemicals.html
14-Feb-2025 11:00:00 AM CST |
07-Mar-2025 11:00:00 AM CST |
Avoyelles Parish School Board |
Avoyelles Parish Teachers and Students Materials and Supplies Bid
|
Avoyelles Parish School Board (APSB) is seeking bids for summer school materials and supplies to be included in separate rubber tubs for each teacher. The list includes all items to be included in a tub for each teacher, i.e., each tub must contain all items on the bid list and must be assembled PRIOR TO DELIVERY.
https://www.centralauctionhouse.com/rfp60130876-avoyelles-parish-teachers-and-students-materials-and-supplies-bid.html
14-Feb-2025 12:00:00 AM CST |
11-Mar-2025 1:30:00 PM CDT |
Jefferson Parish Public School System |
Hurricane Ida Damage Repairs & Roof Replacement at Livaudais Middle School
|
Sealed bids will be received by the Facilities Department for the Jefferson Parish School Board, 4600 River Road, Administration Annex, 1st Floor, Marrero, LA 70072, until 2:00 P.M., Tuesday, March 18, 2025 for Hurricane Ida Damage Repairs & Roof Replacement at Livaudais Middle School, Project No. 2023-26. Bids will be publicly opened and read aloud. No bids may be withdrawn after scheduled closing time for receipt of bids for at least thirty (30) days. The Owner has the right to reject any or all bids and to waive all informalities. <br /> <br />Plans and specifications and other information may be secured from the architect / engineer, Sizeler Thompson Brown Architects, 300 Lafayette St, Suite 200, New Orleans, LA 70130, Phone: 504.523.6472 for a deposit of $476.00 per set for a hard copy and/or a non-refundable fee of $25.00 for an electronic set on compact disk. The full deposit of one set of documents will be refunded to each General Contractor. For additional sets of documents and for documents issued to subcontractors or material suppliers the cost for reproduction of each set will be deducted from the deposit and the balance refunded. Refunds will only be made for documents returned to the architect / engineer within ten (10) days after the opening of bids. Refunds will only be made on documents retuned complete, in good condition and unmarked.<br /> <br />A pre-bid meeting will be held on Friday, March 7, 2025 at 9:00 a.m. at Livaudais Middle School, 925 Lamar Ave., Terrytown, LA 70056. to allow prospective bidders to review the job scope and site conditions. Sealed proposals shall be marked on the envelope cover, plainly and prominently with the following: a) bidder’s name, address and telephone number b) State License Number of Contractor if the bid is in excess of $50,000.00 and c) the statement “Proposal for (project name and number)”. <br /> <br />Bidders have the option to submit bids electronically in accordance with Louisiana Revised Statute 38:2212 E (1). Please find bid related materials and place electronic bids at www.centralbidding.com.<br /> <br />Participation by minority and female-owned businesses, as well as businesses located in this Parish, is encouraged.<br /> <br />The architect/engineer has classified this project as Building Construction.
https://www.centralauctionhouse.com/rfp69028347-hurricane-ida-damage-repairs-roof-replacement-at-livaudais-middle-school.html
14-Feb-2025 12:00:00 AM CST |
18-Mar-2025 2:00:00 PM CDT |
City of Alexandria |
Bid# 2511 Construction & Maintenance Materials
|
It is the intent of the City of Alexandria to secure pricing on Construction and Maintenance Materials, for use by various, City of Alexandria Departments. Bid prices shall be held firm for a period of twelve (12) months from bid award date. Quantities ordered shall be on an "as needed" basis only. No quantities are given or guaranteed.
https://www.centralauctionhouse.com/rfp17567971-bid-2511-construction-maintenance-materials.html
14-Feb-2025 12:00:00 AM CST |
25-Mar-2025 10:00:00 AM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
RFP 2025-04-7710 - Disaster Debris Management and Monitoring Services
|
Notice to Proposers<br /> <br />Notice is hereby given that sealed bids will be received by the City of Baton Rouge and the Parish of East Baton Rouge Purchasing Division until 2:00 PM CST on March 18, 2025 in Room 826, of City Hall, 222 Saint Louis Street, Baton Rouge, Louisiana, 70802 for:<br /> <br />RFP 2025-04-7710 – Disaster Debris Management and Monitoring Services<br /> <br />A mandatory pre-proposal conference will be held in-person on March 6, 2025 at 10:00 AM. The mandatory pre-proposal conference will be conducted at City Hall, 222 Saint Louis Street, Baton Rouge, LA 70802 in conference room 802. Attendance at the pre-proposal conference is required to receive an award for this project.<br /> <br />Copies of the Request for Proposal may be obtained from LaPAC<br />(https://wwwcfprd.doa.louisiana.gov/osp/lapac/dspBid.cfm?search=department&term=102), Central<br />Bidding (http://www.centralauctionhouse.com) or by email request to:<br />
[email protected].<br /> <br />*Note: The City-Parish has elected to use LaPAC, the state’s online electronic bid posting and Central Bidding notification system, in addition to its standard means of advertising this requirement. LaPAC is resident on State Purchasing’s website at https://wwwcfprd.doa.louisiana.gov/osp/lapac/pubmain.cfm and is available for vendor self-enrollment. NOTE: This RFP is not available to submit online via Central Bidding; submissions must be mailed or hand delivered to the address mentioned in the RFP.<br /> <br />In that LaPAC and Central Bidding provides an immediate e-mail notification to subscribing bidders that a solicitation and any subsequent addenda have been let and posted, notice and receipt thereof is considered formally given as of their respective dates of posting. Though not required if receiving solicitation and addenda notices from LaPAC and Central Bidding the City-Parish will email addenda to all vendors contacting our office and requesting to be put on our office Vendor Listing for this solicitation.<br /> <br />The deadline for receiving written inquiries is March 7, 2025 at 5:00 PM CST.<br /> <br />Proposals received after the above specified time will not be considered. Proposals will be opened immediately after proposal opening time in Room 806, of City Hall. All interested parties are invited to be present.<br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br />Teleconference Call-in information for Public Access to RFP Opening:<br /> <br />Join by phone:<br /> <br />+1-408-418-9388 United States Toll<br />Access code: 263 373 080 (followed by the # button)<br />Alternate numbers to call if number above is not available, which may occur due to network traffic (use the same Access Code, followed by the # button):<br /> <br />United States Toll (Boston) +1-617-315-0704<br />United States Toll (Chicago) +1-312-535-8110<br />United States Toll (Dallas) +1-469-210-7159<br />United States Toll (Denver) +1-720-650-7664<br />United States Toll (Jacksonville) +1-904-900-2303<br />United States Toll (Los Angeles) +1-213-306-3065<br /> <br />This teleconference number will provide you with live audio access to this proposal opening. The teleconference will be live only at the noted RFP opening time on the date of RFP opening.<br /> <br /> <br />The right to reject any and all proposals and to waive irregularities and informalities is reserved.<br /> <br />The City of Baton Rouge and Parish of East Baton Rouge has established a Socially and Economically Disadvantaged Business Enterprise (SEDBE) program in accordance with Revised Statute RS 33:2233.4. It is the policy of the City-Parish to ensure that Eligible Business Enterprises EBE’s, certified in accordance with the Parish program, have an equal opportunity to receive and participate in parish contracts. For this project the EBR Parish Purchasing office has directed a review of the scope of work and has established a minimum EBE goal of 25% of the contract amount. All Bidders shall achieve this goal or demonstrate good faith efforts to achieve the goal. Good faith efforts include meeting this EBE goal or providing documentation demonstrating that the Bidder made sufficient good faith efforts in attempting to meet this goal. Only EBE firms certified under the Parish SEDBE Certification Program at the time of submittal of the bid will count toward this EBE goal. To be considered responsive, the apparent low bidder must submit EBE Forms 1, 1A, and 2, and Letters of EBE Certification, as appropriate within 10 days after bid opening.<br /> <br />
https://www.centralauctionhouse.com/rfp15686192-rfp-2025-04-7710--disaster-debris-management-and-monitoring-services.html
14-Feb-2025 12:00:00 AM CST |
18-Mar-2025 2:00:00 PM CDT |
St. Landry Parish School Board |
RFP #25-03 CHILD NUTRITION SOFTWARE
|
<div style="text-align: center;"><b>CALL FOR REQUEST FOR PROPOSAL (RFP)</b></div> <br />THE ST. LANDRY PARISH SCHOOL BOARD WILL RECEIVE SEALED REQUEST FOR PROPOSALS UNTIL 3:00 P.M. CST, MONDAY, MARCH 17, 2025 AT THE<br />ST. LANDRY PARISH SCHOOL BOARD, CHILD NUTRITION DEPARTMENT,<br />1013 CRESWELL LANE, OPELOUSAS, LOUISIANA OR ELECTRONICALLY VIA WWW.CENTRALBIDDING.COM FOR THE FOLLOWING:<div style="text-align: center;"><br /><b>RFP # 25-03<br />CHILD NUTRITION SOFTWARE</b></div> <br />SPECIFICATIONS MAY BE OBTAINED AT THE CHILD NUTRITION DEPARTMENT OFFICE OF THE ST. LANDRY PARISH SCHOOL BOARD OR ELECTRONICALLY VIA WWW.CENTRALBIDDING.COM. BIDS WILL BE OPENED ON TUESDAY, MARCH 18, 2025 AT 1:00P.M. THE BOARD RESERVES THE RIGHT TO ACCEPT OR REJECT ANY OR ALL BIDS AND WAIVE INFORMALITIES INCIDENT THERETO.<br /> <br /> <br /> <br /> <br /> <br />Publish: FEBRUARY 13, 2025<br /> FEBRUARY 20, 2025<br /> FEBRUARY 27, 2025<br /> MARCH 6, 2025<br />
https://www.centralauctionhouse.com/rfp11959862-rfp-25-03-child-nutrition-software.html
13-Feb-2025 6:00:00 PM CST |
18-Mar-2025 1:00:00 PM CDT |
St. Landry Parish School Board |
BID #25 - 04 SUMMER FOOD SERVICE PROGRAM DRY STORAGE FOOD PRODUCTS
|
<div style="text-align: center;"><b>CALL FOR BIDS</b></div> <br />THE ST. LANDRY PARISH SCHOOL BOARD WILL RECEIVE SEALED REQUEST FOR PROPOSALS UNTIL 12:00 P.M. CST, THURSDAY, MARCH 6, 2025 AT THE<br />ST. LANDRY PARISH SCHOOL BOARD, CHILD NUTRITION DEPARTMENT,<br />1013 CRESWELL LANE, OPELOUSAS, LOUISIANA OR ELECTRONICALLY VIA WWW.CENTRALBIDDING.COM FOR THE FOLLOWING:<div style="text-align: center;"><br /><b>BID # 25 - 04<br />SUMMER FOOD SERVICE PROGRAM<br />DRY STORAGE FOOD PRODUCTS</b></div> <br />SPECIFICATIONS MAY BE OBTAINED AT THE CHILD NUTRITION DEPARTMENT OFFICE OF THE ST. LANDRY PARISH SCHOOL BOARD OR ELECTRONICALLY VIA WWW.CENTRALBIDDING.COM. BIDS WILL BE OPENED ON THURSDAY, MARCH 6, 2025 AT 1:00 P.M. THE BOARD RESERVES THE RIGHT TO ACCEPT OR REJECT ANY OR ALL BIDS AND WAIVE INFORMALITIES INCIDENT THERETO.<br /> <br /> <br /> <br /> <br /> <br />Publish: FEBRUARY 13, 2025<br /> FEBRUARY 20, 2025<br /> <br /> <br /> <br />
https://www.centralauctionhouse.com/rfp5462530-bid-25--04-summer-food-service-program-dry-storage-food-products.html
13-Feb-2025 6:00:00 PM CST |
06-Mar-2025 1:00:00 PM CST |
St. Landry Parish School Board |
BID #25- 05 SUMMER FOOD SERVICE PROGRAM SUPPLIES
|
<div style="text-align: center;"><b>CALL FOR BIDS</b></div> <br />THE ST. LANDRY PARISH SCHOOL BOARD WILL RECEIVE SEALED REQUEST FOR PROPOSALS UNTIL 12:00 P.M. CST, THURSDAY, MARCH 6, 2025 AT THE<br />ST. LANDRY PARISH SCHOOL BOARD, CHILD NUTRITION DEPARTMENT,<br />1013 CRESWELL LANE, OPELOUSAS, LOUISIANA OR ELECTRONICALLY VIA WWW.CENTRALBIDDING.COM FOR THE FOLLOWING:<div style="text-align: center;"><br /><b>BID # 25- 05<br />SUMMER FOOD SERVICE PROGRAM<br />SUPPLIES</b></div> <br />SPECIFICATIONS MAY BE OBTAINED AT THE CHILD NUTRITION DEPARTMENT OFFICE OF THE ST. LANDRY PARISH SCHOOL BOARD OR ELECTRONICALLY VIA WWW.CENTRALBIDDING.COM. BIDS WILL BE OPENED ON THURSDAY, MARCH 6, 2025 AT 1:00 P.M. THE BOARD RESERVES THE RIGHT TO ACCEPT OR REJECT ANY OR ALL BIDS AND WAIVE INFORMALITIES INCIDENT THERETO.<br /> <br /> <br /> <br /> <br /> <br />Publish: FEBRUARY 13, 2025<br /> FEBRUARY 20, 2025<br />
https://www.centralauctionhouse.com/rfp15616749-bid-25-05-summer-food-service-program-supplies.html
13-Feb-2025 6:00:00 PM CST |
06-Mar-2025 1:00:00 PM CST |
Evangeline Parish Police Jury |
Evangeline Parish Police Jury, Ward One Industrial Park Replacement and Enlargement of Wastewater Treatment Plant, Project #1-0006-24
|
INVITATION TO BID<br /> <br />Notice is given hereby that:<br /> <br /> EVANGELINE PARISH POLICE JURY<br /> <br /> will accept bids for<br /> <br />WARD ONE INDUSTRIAL PARK REPLACEMENT AND ENLARGEMENT OF WASTEWATER TREATMENT PLANT<br /> <br /> Engineer’s Project #1-0006-24<br /> <br />according to Drawings and Specifications prepared by J. Ronald Landreneau & Associates, Inc. and described in general as:<br /> <br />The Scope of work shall include all material, equipment, and labor for the following:<br />Construct a new 78,000 gallon per day wastewater treatment plant and a new lift station with self-priming pumps. Demolish and abandon the existing sewer plant and convert the existing lift station wet well to a sewer manhole. <br /> <br />Sealed bids will be received by the Owner until: 2:00 pm, local time, on the 18th day of March 2025, at the office of the Evangeline Parish Police Jury, located at 1008 W LaSalle Street, Ville Platte, LA 70586, whereas bids will be publicly opened and read aloud. Bids may also be submitted electronically through Central Bidding at https://www.centralbidding.com.<br /> <br />Any bid received after the specified time and date will not be considered. The sealed bids will be publicly opened and read aloud at 2:00 pm on the 18th day of March 18, 2025. <br /> <br />Bids must be accompanied by a Bid Bond or a Cashier’s Check in the amount of 5% of the total bid value, said bond or check made payable to the Evangeline Parish Police Jury.<br /> <br />Proposed Contract Documents may be examined at the office of:<br /> <br /> J. Ronald Landreneau & Associates, Inc.<br /> Consulting Engineers & Land Surveyors<br /> 801 West Main Street<br /> Ville Platte, La. 70586<br />Phone (337) 363-7035<br />Fax (337) 363-1287<br /> <br />and at major plan rooms in the project vicinity. Copies may be obtained at this office upon payment of a deposit of $250.00. This deposit will be refunded upon request in accordance with R.S. 38:2212.<br /> <br />Bona fide General Contract bidders may secure copies of the proposed contract documents from the office of the Engineer on the following basis:<br />1. On any Bid submitted in the amount of fifty thousand dollars or more, a Contractor shall certify that he is licensed under the provisions of paragraph A, Section 2163 of the Contractor’s Licensing Law and shall show his license number on the Bid Envelope.<br /> <br />2. No partial sets will be issued.<br /> <br />3. All work completed in this project shall comply with Executive Order No. 11246<br /> Equal Employment Opportunity.<br /> <br />4. It is required that on any bid for this project submitted in the amount of fifty thousand <br /> dollars ($50,000) or more, one dollar ($1) or more for hazardous materials or mold <br /> remediation, or ten thousand dollars ($10,000) or more for Plumbing, Electrical or <br /> Mechanical, the contractor shall certify licensure under R.S. 37:2150?2192 and show<br /> the license number on the bid envelope.<br /> <br />The successful bidder will be required to furnish a Performance and Payment Bond written by a company licensed to do business in the state, each in an amount equal to 100% of the contract amount.<br /> <br />No bid may be withdrawn for a period of forty-five (45) days after receipt of bids.<br /> <br />The Owner reserves the right to reject any and all bids and to waive any informality incidental thereto, in accordance with LA Revised Statutes 38.<br /> <br /> <br /> EVANGELINE PARISH POLICE JURY<br /> <br /> KEVIN VEILLON, PRESIDENT<br /> <br /> <br />February 13, 2025<br />February 20, 2025<br />March 6, 2025<br />March 13, 2025
https://www.centralauctionhouse.com/rfp5416570-evangeline-parish-police-jury-ward-one-industrial-park-replacement-and-enlargement-of-wastewater-treatment-plant-project-1-0006-24.html
13-Feb-2025 6:00:00 PM CST |
18-Mar-2025 2:00:00 PM CDT |
Jefferson Parish Government |
5000147216 FURNISH A QUANTITY OF NEWSLETTERS FOR JEFFERSON PARISH DEPARTMENT OF PARKS AND RECREATION
|
FURNISH A QUANTITY OF NEWSLETTERS FOR JEFFERSON PARISH DEPARTMENT OF PARKS AND RECREATION
https://www.centralauctionhouse.com/rfp50816946-5000147216-furnish-a-quantity-of-newsletters-for-jefferson-parish-department-of-parks-and-recreation.html
13-Feb-2025 2:00:00 PM CST |
26-Feb-2025 11:00:00 AM CST |
St. Charles Parish Government |
Bid# 1005 2 Year Contract for Pump Sand
|
Bid 1005 2 Year Contract for Pump Sand
https://www.centralauctionhouse.com/rfp17542546-bid-1005-2-year-contract-for-pump-sand.html
13-Feb-2025 11:00:00 AM CST |
06-Mar-2025 11:00:00 AM CST |
St. Charles Parish Government |
BID 1002 - 2 Year Contract for Bituminous Coated Steel Pipe
|
BID 1002 2 Year Contract for Bituminous Coated Steel Pipe<br />
https://www.centralauctionhouse.com/rfp23497422-bid-1002--2-year-contract-for-bituminous-coated-steel-pipe.html
13-Feb-2025 11:00:00 AM CST |
06-Mar-2025 11:00:00 AM CST |
St. Charles Parish Government |
Bid 1003 - 2 Year Contract for Maintenance and/or Repairs of Sidewalks, Driveways & Aprons
|
Bid# 1003 - 2 Year Contract for Maintenance and/or Repairs of Sidewalks, Driveways & Aprons
https://www.centralauctionhouse.com/rfp67077789-bid-1003--2-year-contract-for-maintenance-andor-repairs-of-sidewalks-driveways-aprons.html
13-Feb-2025 11:00:00 AM CST |
06-Mar-2025 11:00:00 AM CST |
St. Charles Parish Government |
Bid 1004 - 2 Year Contract for Maintenance and/or Repairs of Street Panels & Roll Curbs
|
Bid 1004 - 2 Year Contract for Maintenance and/or Repairs of Street Panels & Roll Curbs
https://www.centralauctionhouse.com/rfp23499066-bid-1004--2-year-contract-for-maintenance-andor-repairs-of-street-panels-roll-curbs.html
13-Feb-2025 11:00:00 AM CST |
06-Mar-2025 11:00:00 AM CST |
Ascension Parish Government |
Maintenance of Parish Generator Fleet
|
<h1 style="text-align: center;">REQUEST FOR PROPOSALS</h1>Request for proposals will be received by the Ascension Parish Government at the Ascension Parish Government Purchasing Office, 615 East Worthey St., Gonzales, LA 70737 until <b>March 13, 2025</b>, at 3:00 p.m. (CST) for the following:<h1 style="text-align: center;">Maintenance of Parish Generator Fleet</h1><h1> </h1><b>STATEMENT OF WORK</b><br />Ascension Parish Government hereby issues a Request for Proposal (RFP) for professional services in maintaining the Parish’s fleet of generators<br /> <br /><i>The selected firm(s) will perform services in support of the Parish as required to maintain their fleet of backup power generators, required during storm events and power outages. Tasks associated with the contract include but are not limited to scheduled service, repairs, testing and most importantly a call-out response in case of a failure with a piece of equipment must be in a timely fashion.</i><br /> <br />All questions regarding the RFP shall be submitted to the Purchasing Department via email at <a href="mailto:
[email protected]">
[email protected]</a> by 3:00 p.m. local time (CST) on <b>February 25, 2025</b>. Responses will be coordinated with the Project Coordinator and posted on the <a href="http://www.centralauctionhouse.com/">www.centralauctionhouse.com</a> by 3:00 p.m. local time (CST) no later than <b>March 5, 2025</b>.<br /> <br />Firms/individuals who are interested in providing services requested under this RFP must submit six (6) copies of the information specified in this section. The information shall be received in hard copy (printed) by: <b>Ascension Parish Government, Purchasing Department, 615 East Worthy Street, Gonzales, LA 70737</b> on or before 3:00 p.m. Central Standard Time on the date specified in the Schedule of Events. Electronic submittals are permitted via <a href="http://www.centralauctionhouse.com/">http://www.centralauctionhouse.com</a>; however (6) hard copies must still be submitted within 24 business hours of the Proposal submission deadline (i.e., the Monday following the submission deadline since Parish buildings are closed on Fridays). <br /> <br />The Parish reserves the right to disqualify any bid, request for quotes, response to a request for qualifications, or request for proposals if it is determined that the submitting business entity is not in good standing with the Louisiana Secretary of State or is not authorized to do business in the State of Louisiana.<br /> <br />Ascension Parish Government reserves the right to reject all proposals for just cause.<br /> <br /> <br /> <br />DONALDSONVILLE CHIEF PLEASE PUBLISH 2/13/2025, 2/20/2025, 2/27/2025<br />GONZALES WEEKLY PLEASE PUBLISH 2/13/2025, 2/20/2025, 2/27/2025
https://www.centralauctionhouse.com/rfp31594720-maintenance-of-parish-generator-fleet.html
13-Feb-2025 12:00:00 AM CST |
13-Mar-2025 3:00:00 PM CDT |
Lafourche Parish Water District |
North Plant 2.0 MG Ground Storage Tank
|
The work includes the furnish and installation of a 2,000,000-gallon prestressed concrete ground storage reservoir,<br />prestressed concrete pile foundation, piping, site work, electrical and controls, and all other associated work. All work<br />will be completed within 300 calendar days from the issuance of Notice to Proceed.
https://www.centralauctionhouse.com/rfp18754873-north-plant-20-mg-ground-storage-tank.html
13-Feb-2025 12:00:00 AM CST |
13-Mar-2025 2:00:00 PM CDT |
St. James Parish Government |
Emergency Operation Center Exterior Renovations
|
St. James Parish Government<br />Convent, LA 70723<br /> <br />EMERGENCY OPERATION CENTER EXTERIOR RENOVATIONS<br /> <br />ADVERTISEMENT FOR BIDS<br />Sealed Bids for the St. James Parish Emergency Operation Center Exterior Renovation Project will be received by St. James Parish Government, at the St. James Parish Government Building, 5800 Highway 44, Council Chambers, 2nd floor, Convent, LA 70723, until 2:00 p.m. local time on March 13, 2025, at which time the Bids received will be publicly opened and read.<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. 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 may also be submitted electronically via the provided link located at the project’s listing on the Central Auction House website (https://www.centralauctionhouse.com/). Bids will be received for a single prime Contract. Bids shall be on a lump sum price basis as indicated in the Bid Form.<br />The Issuing Office for the Bidding Documents is St. James Parish Operations Department, 5800 Highway 44, 3rd floor, Convent, LA 70723 (contact Ryan Larousse @
[email protected]). Prospective Bidders may examine the Bidding Documents at the Issuing Office on Mondays through Thursday between the hours of 8:00 a.m. and 3:00 p.m and Fridays between the hours of 8:00 am and 11:00 am. Bidding Documents may also be examined online at Central Bidding from Central Auction House (https://www.centralauctionhouse.com/).<br />Printed copies of the Bidding Documents are on file in the office of High Tide Consultants, LLC, 10950 Highway 3125, Suite B, Lutcher, Louisiana 70071, and a single copy may be obtained by each perspective bidder upon payment of $100 per set, which is refundable only if a complete set of documents are returned to issuing office within 3 days of the bid date. Checks for Bidding Documents shall be payable to High Tide Consultants, LLC.<br />A mandatory pre-bid meeting will be held at 9:00a.m. local time on February 27, 2025, at the St. James Parish Emergency Operation Center 1st Floor Conference Room located at 5153 Canatella Street, Convent, LA, 70723. A site walk-through will be included.<br />All Bids shall be accompanied by a Bid security furnished in accordance with the Instructions to Bidders.<br /> <br />Owner: St. James Parish Government<br />By: Rick Webre, Director of Operations<br />Advertisement Dates: February 13, 2025<br /> February 20, 2025<br /> February 27, 2025<br />+ + END OF ADVERTISEMENT FOR BIDS + +
https://www.centralauctionhouse.com/rfp20655252-emergency-operation-center-exterior-renovations.html
13-Feb-2025 12:00:00 AM CST |
13-Mar-2025 2:00:00 PM CDT |
Lafourche Basin Levee District |
One (1) 2025 Ford F-250 XL 4x4 crew cab or equivalent make and model
|
N O T I C E<br /> <br /> <br /> Lafourche Basin Conservation Levee & Drainage District<br /> Post Office Box 670<br /> 21380 Highway 20<br /> Vacherie, Louisiana 70090<br /> <br /> <br />Sealed bids will be received by the Board of Commissioners for the Lafourche Basin Conservation Levee & Drainage District, at its official domicile, at 21380 Highway 20, in Vacherie, Louisiana on Wednesday, March 12, 2025 until 11:00 AM and then publicly opened and read for:<br />One (1) 2025 Ford F-250 XL 4x4 crew cab or equivalent make and model.<br />Specifications may be obtained at the office of the Lafourche<br />Basin Levee District, 21380 Highway 20, Vacherie, Louisiana, by calling (225)265-7545, writing to Lafourche Basin Conservation Levee & Drainage District, P.O. Box 670, Vacherie, Louisiana 70090, email
[email protected] or find bid related materials and place electronic bids at www.CentralBidding.com.<br /> <br />BID BOND REQUIREMENTS: All bids shall be accompanied by a good faith deposit in an amount not less than 5% of the amount bid. Said amount shall be by certified or cashier's check; by bank or postal money order; or bond or other secured payment acceptable to the Board. Said BOND shall insure specific performance of the bidder and shall be forfeited in the event bidder defaults on his bid.<br /> <br />All bids must be sealed in envelopes marked “Bid for One (1) 2025 Ford F-250 XL 4x4 crew cab or equivalent make and model” and show the name of the bidder. Bids must be delivered to the Lafourche Basin Conservation Levee & Drainage District, Attention: Donald Ray Henry, 21380 Hwy. 20, Vacherie, Louisiana, 70090 or mailed to Lafourche Basin Conservation Levee & Drainage District, Attention: Donald Ray Henry, PO Box 670, Vacherie, Louisiana, 70090.<br /> <br />The Board reserves the right to reject any and all bids.
https://www.centralauctionhouse.com/rfp98512836-one-1-2025-ford-f-250-xl-4x4-crew-cab-or-equivalent-make-and-model.html
13-Feb-2025 12:00:00 AM CST |
12-Mar-2025 11:00:00 AM CDT |
Lafourche Basin Levee District |
One (1) 2025 Ford 4x4 F-350 cab chassis with flatbed or equivalent make and model
|
N O T I C E<br /> <br /> <br /> Lafourche Basin Conservation Levee & Drainage District<br /> Post Office Box 670<br /> 21380 Highway 20<br /> Vacherie, Louisiana 70090<br /> <br /> <br />Sealed bids will be received by the Board of Commissioners for the Lafourche Basin Conservation Levee & Drainage District, at its official domicile, at 21380 Highway 20, in Vacherie, Louisiana on Wednesday, March 12, 2025 until 11:00 AM and then publicly opened and read for:<br />One (1) 2025 Ford 4x4 F-350 cab chassis with flatbed or equivalent make and model.<br />Specifications may be obtained at the office of the Lafourche<br />Basin Levee District, 21380 Highway 20, Vacherie, Louisiana, by calling (225)265-7545, writing to Lafourche Basin Conservation Levee & Drainage District, P.O. Box 670, Vacherie, Louisiana 70090, email
[email protected] or find bid related materials and place electronic bids at www.CentralBidding.com.<br /> <br />BID BOND REQUIREMENTS: All bids shall be accompanied by a good faith deposit in an amount not less than 5% of the amount bid. Said amount shall be by certified or cashier's check; by bank or postal money order; or bond or other secured payment acceptable to the Board. Said BOND shall insure specific performance of the bidder and shall be forfeited in the event bidder defaults on his bid.<br /> <br />All bids must be sealed in envelopes marked “Bid for One (1) 2025 Ford 4x4 F-350 cab chassis with flatbed or equivalent make and model” and show the name of the bidder. Bids must be delivered to the Lafourche Basin Conservation Levee & Drainage District, Attention: Donald Ray Henry, 21380 Hwy. 20, Vacherie, Louisiana, 70090 or mailed to Lafourche Basin Conservation Levee & Drainage District, Attention: Donald Ray Henry, PO Box 670, Vacherie, Louisiana, 70090.<br /> <br />The Board reserves the right to reject any and all bids.
https://www.centralauctionhouse.com/rfp24770795-one-1-2025-ford-4x4-f-350-cab-chassis-with-flatbed-or-equivalent-make-and-model.html
13-Feb-2025 12:00:00 AM CST |
12-Mar-2025 11:00:00 AM CDT |
Lafourche Basin Levee District |
One (1) New 2025 Ford Expedition Active 4x2 SUV or equivalent make and model
|
N O T I C E<br /> <br /> <br /> Lafourche Basin Conservation Levee & Drainage District<br /> Post Office Box 670<br /> 21380 Highway 20<br /> Vacherie, Louisiana 70090<br /> <br /> <br />Sealed bids will be received by the Board of Commissioners for the Lafourche Basin Conservation Levee & Drainage District, at its official domicile, at 21380 Highway 20, in Vacherie, Louisiana on Wednesday, March 12, 2025 until 11:00 AM and then publicly opened and read for:<br />One (1) 2025 Ford Expedition XLT SUV or equivalent make and model.<br />Specifications may be obtained at the office of the Lafourche<br />Basin Levee District, 21380 Highway 20, Vacherie, Louisiana, by calling (225)265-7545, writing to Lafourche Basin Conservation Levee & Drainage District, P.O. Box 670, Vacherie, Louisiana 70090, email
[email protected] or find bid related materials and place electronic bids at www.CentralBidding.com.<br /> <br />BID BOND REQUIREMENTS: All bids shall be accompanied by a good faith deposit in an amount not less than 5% of the amount bid. Said amount shall be by certified or cashier's check; by bank or postal money order; or bond or other secured payment acceptable to the Board. Said BOND shall insure specific performance of the bidder and shall be forfeited in the event bidder defaults on his bid.<br /> <br />All bids must be sealed in envelopes marked “Bid for One (1) 2025 Ford Expedition XLT SUV or equivalent make and model” and show the name of the bidder. Bids must be delivered to the Lafourche Basin Conservation Levee & Drainage District, Attention: Donald Ray Henry, 21380 Hwy. 20, Vacherie, Louisiana, 70090 or mailed to Lafourche Basin Conservation Levee & Drainage District, Attention: Donald Ray Henry, PO Box 670, Vacherie, Louisiana, 70090.<br /> <br />The Board reserves the right to reject any and all bids.
https://www.centralauctionhouse.com/rfp92066842-one-1-new-2025-ford-expedition-active-4x2-suv-or-equivalent-make-and-model----.html
13-Feb-2025 12:00:00 AM CST |
12-Mar-2025 11:00:00 AM CDT |
St. Landry Parish Solid Waste Disposal District |
Side by Side / ATV - All Terrain Vehicle / ROV - Recreational Off-Highway Vehicle / ORV - Off-Road Vehicle / UTV - Utility Task Vehicle
|
ADVERTISEMENT FOR BIDS<br /> <br /> <br />ST. LANDRY PARISH SOLID WASTE DISPOSAL DISTRICT<br />OWNER<br /> <br /> <br />Sealed bids for the purchase of six (6) Side by Sides / ATV's - All Terrain Vehicles / ROV's - Recreational Off-Highway Vehicles / ORV's - Off-Road Vehicles / UTV's - Utility Task Vehicles, will be received by the St. Landry Parish Solid Waste Disposal District until 2:00 p.m. Monday, March 10, 2025, at the District's office at 417 Solid Waste Road, Washington, LA 70589, and then at said office publicly opened and read aloud. Electronic bidding is also available through Central Bidding. The website to submit an electronic bid is www.centralauctionhouse.com.<br /> <br />The equipment bid shall be evaluated based on conformance with specifications, costs, delivery schedule, warranty, and availability of parts and service.<br /> <br />Specifications may be examined, without charge, in the office of the St. Landry Parish Solid Waste Disposal District, (417 Solid Waste Road, Washington, LA 70589)<br /> <br />No bidder may withdraw his bid within thirty (30) days after the actual date of the opening thereof.<br /> <br />Thus done and signed at Beggs, Louisiana, on this the 12th day of February, 2025.<br /> <br /> <br /> /s/ Michael Harden <br /> CHAIRMAN<br /> <br />ATTEST:<br /> <br />/s/ Jodie Powell <br /> Secretary/Treasurer
https://www.centralauctionhouse.com/rfp20600403--side-by-side-atv--all-terrain-vehicle-rov--recreational-off-highway-vehicle-orv--off-road-vehicle-utv--utility-task-vehicle.html
13-Feb-2025 12:00:00 AM CST |
10-Mar-2025 2:00:00 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 |
Tangipahoa Parish School System |
Woodland Park Phase 2 Six Classroom Addition with Library
|
Sealed bids will be received for the Tangipahoa Parish School System and shall be directed to the lobby of the Tangipahoa Parish School System Maintenance Office Building, 59660 Puleston Road, Amite, Louisiana, 70422. The deadline for receipt of bids is 2:00 PM on March 20, 2025, at which time bids will be opened and read aloud in a public meeting in the Tangipahoa Parish School System Maintenance Meeting Room
https://www.centralauctionhouse.com/rfp31599731-woodland-park-phase-2-six-classroom-addition-with-library.html
13-Feb-2025 12:00:00 AM CST |
20-Mar-2025 2:00:00 PM CDT |
Diocese of Houma-Thibodaux |
Hurricane Ida Repairs to the Office of Cemeteries
|
OFFICIAL ADVERTISEMENT FOR BIDS<br /> <br />Sealed bids will be received by the DIOCESE OF HOUMA-THIBODAUX until 2:00 PM on THURSDAY, MARCH 13, 2025, at Diocese of Houma-Thibodaux Pastoral Center, 2779 Highway 311, Schriever, La. 70395, at which time bids for the HURRICANE IDA REPAIRS TO THE OFFICE OF CEMETERIES, Architect’s Project Number 2308, will be opened and publicly read aloud.<br /> <br />All bids shall be submitted in a sealed envelope bearing legibly on the exterior, the following:<br /> <br /> 1. Job name and owner<br /> 2. Architect<br /> 3. Date<br /> 4. Contractor's name, address, and license number<br /> <br />Bids can be submitted electronically at www.centralbidding.com.<br /> <br />Each bid shall be accompanied by a bid security of not less than five (5%) percent of the total bid amount. 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 Diocese of Houma-Thibodaux.<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 150 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 />A NON-MANDATORY Pre-bid Conference will be held on TUESDAY, FEBRUARY 25, 2025, at 10:00 AM at the office of Gossen-Holloway-Cortez located at 315 East Second Street, Thibodaux, LA 70301. At the Non-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 information required may be emailed to our office before or 24 hrs. after the Non-Mandatory Pre-Bid at
[email protected]. All questions from bidders shall be submitted by email to
[email protected]. 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 Non-Mandatory Pre-bid Conference on this project is THURSDAY, MARCH 6, 2025, at 5:00 PM. The response to questions shall be FRIDAY, MARCH 7, 2025.<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 /> <br />All drawings, specifications and other Contract Documents for the project are available on the internet at www.centralbidding.com. No project Contract Documents will be provided by the Architect or Owner.<br /> <br />The Roman Catholic Church for the Diocese of Houma-Thibodaux<br />Mr. William J. Barbera, Secretary<br /> <br />ADVERTISEMENT DATES:<br /> <br />FIRST ADVERTISEMENT - THURSDAY, FEBRUARY 13, 2025<br />SECOND ADVERTISEMENT - THURSDAY, FEBRUARY 20, 2025<br />THIRD ADVERTISEMENT - THURSDAY, FEBRUARY 27, 2025
https://www.centralauctionhouse.com/rfp34909529-hurricane-ida-repairs-to-the-office-of-cemeteries.html
13-Feb-2025 12:00:00 AM CST |
13-Mar-2025 2:00:00 PM CDT |
New Orleans Ernest N. Morial Convention Center |
C-2115 Furnish & Install Motorized Breakers
|
<u><b>Information </b></u><br />The Ernest N. Morial New Orleans Exhibition Hall Authority (“the Authority”) is a political subdivision of the State of Louisiana which owns the New Orleans Ernest N. Morial Convention Center is issuing a solication for C-2115 Furnish & Install Motorized Breakers as described in the bid documents and related exhibits. Response to this solicitation does not guarantee a contract. <br /><br /><u><b>How to Obtain Documents</b></u><br />Specifications and Bid documents may be obtained online at Central Bidding - Morial Convention Center or by contacting the Contracts Department at (504) 582-3562. Bidders may obtain specifications and Bid documents from Contracts Department by email (
[email protected]).<br /><br /><u><b>Response Requirements</b></u><br />All proposals are due by 10:00 a.m. on Tuesday, March 11, 2025. Bidders are encouraged to submit bids via electronic submission at Central Bidding - Morial Convention Center<br />
https://www.centralauctionhouse.com/rfp68937811-c-2115-furnish-install-motorized-breakers.html
13-Feb-2025 12:00:00 AM CST |
11-Mar-2025 10:00:00 AM CDT |
Professional Engineering Consultants (PEC) - Central Bidding Plan Room |
Town of Madisonville - Madisonville Park Tennis Courts And Park Amenities (Re-Advertisement) - 11758
|
ADVERTISEMENT FOR BIDS<br /> <br /> <br /> Town of Madisonville (herein referred to as the "Owner") hereby solicits sealed bids for the Madisonville Park Tennis Courts And Park Amenities (Re-Advertisement) project described as follows:<br /> <br />STATEMENT OF WORK: Rehabilitation of Tennis Courts and Construction of park Amenities<br /> PEC Project No. 11758.05<br /> <br />Sealed Bids shall be addressed to the Town of Madisonville , and delivered to the Town Hall, 209 Hwy 22 West, Madisonville, LA 70447 not later than 10:00 a.m. , on the_11th of March, 2025__. Any bid received after the specified time and date will not be considered. The sealed bids will be publicly opened and read aloud at__10:00 a.m.___ on the__11th of March, 2025___, at the Town Hall located at 209 Hwy 22 West, Madisonville, LA 70447.<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). 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 /> <br />OWNER<br />Town of Madisonville<br />BY: Jean Pelloat, Mayor<br /> <br /> <br />PUBLICATION/DATES:<br /> St. Tammany Farmer<br /> <br /> Wednesday, February 12, 2025<br /> Wednesday, February 19, 2025<br /> Wednesday, February 26, 2025<br /> <br />
https://www.centralauctionhouse.com/rfp20629488-town-of-madisonville--madisonville-park-tennis-courts-and-park-amenities-re-advertisement--11758.html
12-Feb-2025 5:20:00 PM CST |
11-Mar-2025 10:00:00 AM CDT |
Jefferson Parish Government |
5000147219-Two (2) Year Contract for Patron/Public & Staff Copier Maintenance and On-Site Managed Print Services for the Jefferson Parish Library Department
|
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00147219<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., March 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 /> <br />Two (2) Year Contract for Patron/Public & Staff Copier Maintenance and<br />On-Site Managed Print Services for the Jefferson Parish Library Department<br /> <br />Bid specifications may be obtained by visiting the Jefferson Parish Purchasing Department webpage at https://www.jeffparish.gov/464/Purchasing and selecting the LaPAC Tab. Bids may also be viewed and submitted online free of charge at: www.jeffparishbids.net.<br /> <br />Each bid must be accompanied by a surety bid bond in the amount of 5% of the total bid amount, or the amount specified, WHEN INDICATED IN THE SPECIFICATIONS. Vendors must submit an electronic bid bond through the respective online clearinghouse bond management system(s) as indicated in the electronic bid Solicitation on Central Auction House. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission. <br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br /> <br /> <br /><br />Renny Simno<br />Director<br />Purchasing Department<br /> <br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br /><br /> <br />ADV: The New Orleans Advocate: February 12, 19, & 26, 2025<br /> <br />For additional information, please visit the Purchasing Webpage at https://www.jeffparish.gov/464/Purchasing or you may call 504-364-2678
https://www.centralauctionhouse.com/rfp23226114-5000147219-two-2-year-contract-for-patronpublic-staff-copier-maintenance-and-on-site-managed-print-services-for-the-jefferson-parish-library-department.html
12-Feb-2025 4:03:00 PM CST |
11-Mar-2025 2:00:00 PM CDT |
Jefferson Parish Government |
SOQ 25-007-Provide Professional Engineering Services related to the Design and Construction of the Ames Boulevard Lighting Project (Lapalco to Barataria)
|
PUBLIC NOTICE<br /> SOQ 25-007<br /> <br />Ames Boulevard Lighting Project (Lapalco to Barataria)<br /> <br />The Parish of Jefferson, authorized by Resolution No. 145729 is hereby soliciting a Statement of Qualifications (TEC Professional Services Questionnaire) from persons or firms interested and qualified in providing professional engineering services related to the design and construction of the Ames Boulevard Lighting Project (Council District 3).<br /> <br /> Deadline for Submissions: 3:30 p.m., March 7, 2025<br /> <br />General<br /> <br /> The scope of work associated with this project consists of the installation of a street lighting system on Ames Boulevard between Lapalco Blvd. and Barataria Blvd, and incidental work as needed. Project shall include the following supplemental services: surveying 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 the LDOTD standard rates contained 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 Engineering 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 electrical engineer in the State of Louisiana with a minimum of five (5) years’ experience in the disciplines involved. 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 /> <br />With regard to the questionnaire, Principal means the sole proprietor of the firm, or one who shares an ownership interest with other persons in the firm, including but not limited to, a partner in a partnership, a shareholder in a corporation, or a member of a limited liability corporation.<br /> <br />Evaluation Criteria<br /> <br />The following criteria will be used to evaluate each firm submitting a Statement of Qualifications: <br /> <br />Professional training and experience in relation to the type and magnitude of work required for the particular project – (35 points;)<br />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 – (10 points);<br />Capacity for timely completion of newly assigned work, considering the factors of type of engineering task, current unfinished workload, and person or firm’s available professional and support personnel. – (20 points); <br />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 – (10 points) (Respondent should provide a list of completed Disaster Recovery projects and/or similar CDBG projects for which firm has provided verifiable references.<br />Location of the principal office – (15 points) (Preference shall be given to persons or firms with a principal business office as follows: (A) Jefferson Parish, including municipalities located within Jefferson Parish (15 Points); (B) Neighboring Parishes of the Greater New Orleans Metropolitan Region, which includes Orleans, Plaquemines, St. Bernard, St. Charles and St. Tammany Parishes (12 Points); (C) Parishes other than the foregoing (10 Points); (D) Outside the State of Louisiana (6 Points).) 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;<br />Adversarial legal proceedings between the Parish and the person or firm performing professional services, in which the Parish prevailed or any ongoing adversarial legal proceedings between the Parish and the person or firm performing professional services excluding those instances or cases where the person or firm was added as an indispensable party, or where the person or firm participated in or assisted the public entity in prosecution of its claim– (15 points) <br />(In the event that the person or firm fails to provide accurate and detailed information regarding legal proceedings with the Parish, including the absence of legal proceedings, the person or firm shall be deemed unresponsive with regard to this category, and zero (0) points shall be awarded.);<br /> <br />Prior successful completion of projects of the type and nature of engineering services, as defined, for which firm has provided verifiable references –(5 points);<br /> <br />Project will include federal disaster and resiliency funds and therefore will include associated federal requirements, including Section 3, as applicable. Statements of Qualifications from minority, female-owned, and local firms / individuals are invited.<br /> <br />Each firm’s lowest and highest score shall be dropped and not count towards the firm’s score. Only those persons or firms receiving an overall cumulative score of at least seventy (70) percent or greater, of the total possible points for all categories to be assigned by the participating Technical Evaluation Committee members shall be deemed qualified to perform these professional services. <br />The person or firm submitting a Statement of Qualification (TEC Professional Services Questionnaire) must identify all subcontractors who will assist in providing professional services for the project, in the professional services questionnaire. Each subcontractor shall be required to submit a (TEC Professional Services Questionnaire) and all documents and information included in the questionnaire. (Refer to Jefferson Parish Code Ordinance, Section 2-928)<br />All persons or firms (including subcontractors) must submit a Statement of Qualifications (TEC Professional Services Questionnaire) by the deadline. The latest professional services questionnaire may be obtained by contacting the Purchasing Department at (504) 364-2678 or via the 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: February 12, 19, and 26, 2025
https://www.centralauctionhouse.com/rfp23233970-soq-25-007-provide-professional-engineering-services-related-to-the-design-and-construction-of-the-ames-boulevard-lighting-project-lapalco-to-barataria.html
12-Feb-2025 3:31:00 PM CST |
07-Mar-2025 3:30:00 PM CST |
Jefferson Parish Government |
RFP 0498 To Provide Limited Indoor Air Quality Consulting and Testing Services for Various Jefferson Parish Departments for the Jefferson Parish Department of General Services
|
REQUEST FOR PROPOSAL<br />RFP 0498<br />The Jefferson Parish Department of Purchasing is soliciting Request for Proposals (RFPs) from qualified firms To Provide Limited Indoor Air Quality Consulting and Testing Services for various Jefferson Parish Departments for the Jefferson Parish Department of General Services<br />The purpose of this Request for Proposal (RFP) is to obtain competitive proposals as allowed by Jefferson Parish Code of Ordinances Section 2-895 et. seq. from bona fide, qualified Proposers who are interested in providing Scope of Work as defined in Part II hereof. By submitting a proposal, Proposer agrees to comply with all provisions of Louisiana law as well as compliance with the Jefferson Parish Code of Ordinances, Louisiana Code of Ethics, applicable Jefferson Parish ethical standards and Jefferson Parish (hereinafter sometimes referred to as the “Parish”) standard terms and conditions as adopted by Jefferson Parish Council Resolution.<br />All proposals will be evaluated on criteria such as vendor’s technical proposal, qualifications and experience, financial profile and proposal responsiveness and other criteria more specifically defined in the RFP document. The maximum total points for each proposal are set at 100 points<br />RFP specifications may be obtained by visiting the Jefferson Parish Purchasing Department webpage at https://www.jeffparish.gov/464/Purchasing and selecting the LaPAC Tab. RFPs may also be viewed and submitted online free of charge at: www.jeffparishbids.net or www.centralbidding.com.<br />Submissions will only be accepted electronically via the Parish’s e-Procurement system, Central Bidding. Responses will be received until 3:30 P.M. on March 18, 2025. Jefferson Parish no longer accepts manual submissions. All vendors will be required to register with Central Bidding.<br />A Non-Mandatory Pre-Proposal conference will be held at 10:00 a.m. on February 27, 2025 at the General Government Building located at 200 Derbigny St. Suite 4400, Gretna, La. 70053. All Prospective Proposers must participate in the conference and will be required to sign in and out as evidence of attendance. All prospective proposers shall be present at the beginning of the Mandatory conference and shall remain in attendance for the duration of the conference to obtain clarification of the requirements of the RFP and to receive answers to relevant questions thereto. Any Prospective Proposer who fails to attend the conference or remain for the duration shall be prohibited from submitting a proposal<br />The Jefferson Parish Council reserves the right to accept or reject any and all proposals, in whole or part, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br />Renny Simno<br />Director Purchasing Department<br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br />ADV: The New Orleans Advocate: February 12, 19 and 26 2025<br />For additional information, please visit the Purchasing Webpage at https://www.jeffparish.gov/464/Purchasing or you may call 504-364-2678.
https://www.centralauctionhouse.com/rfp59322036-rfp-0498-to-provide-limited-indoor-air-quality-consulting-and-testing-services-for-various-jefferson-parish-departments-for-the-jefferson-parish-department-of-general-services.html
12-Feb-2025 12:00:00 PM CST |
18-Mar-2025 3:30:00 PM CDT |
Lafayette Parish School System |
Bid# 25-26 Commodity Processing
|
ADVERTISEMENT FOR COMMODITY PROCESSING BID<br />Notice is hereby given that a sealed bid will be received by the Purchasing Department of the Lafayette Parish School System<br />located at 202 Rue Iberville, LA 70508 for the following as delineated on the Proposal Form:<br />Bids will be marked as follows:<br />USDA FOOD PROCESSING<br />Bid #25-26<br />Bid Opening Thursday, February 27, 2025 @ 9:00 am.<br />Bid #25-26 consists of the following food categories for diversion:<br />Beef<br />Cheese<br />Chicken<br />Turkey<br />Tomato Paste<br />Bids will be publicly opened and read aloud at the above stated time and date in a Conference Room of the Lafayette Parish<br />School System District Office Building.<br />Complete bidding documents may be obtained from the Purchasing Department of the Child Nutrition Service office located<br />at 101 Evans Lane, Lafayette, LA. Bid information may also be obtained via https://www.lpssonline.com/departments/<br />business-services/purchasing under 'Bid Specifications' and electronic bids may be submitted online at http://<br />www.centralauctionhouse.com. Specifications will be available Wednesday, February 12, 2025. Proposal forms must be<br />used when submitting; all others will be rejected.<br />The successful bidder shall supply all required insurance with carrier(s) acceptable to the Lafayette Parish School System.<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<br />provisions and requirements of this section, those stated in the Advertisement for Bids, and those required on the bid form<br />shall not be waived by any public entity.<br />The Lafayette Parish School System strongly encourages the participation of minority business enterprises in all contracts or<br />procurements led by the Board for goods and services. To that end, all contractors and suppliers are encouraged to utilize<br />minority business enterprises in the purchase or sub-contracting of materials, supplies, and services in which minority owned<br />businesses are available.<br />LAFAYETTE PARISH SCHOOL SYSTEM<br />Child Nutrition Services<br />ADVERTISEMENT DATES:<br />Wednesday, February 12, 2025<br />Wednesday, February 19, 2025<br />CONTACT:<br />Renee L. Sherville<br />Lafayette Parish School System<br />101 Evans Lane<br />Lafayette LA 70506<br />337-521-7373<br />
[email protected]
https://www.centralauctionhouse.com/rfp52354085-bid-25-26-commodity-processing.html
12-Feb-2025 11:30:00 AM CST |
27-Feb-2025 9:00:00 AM CST |
Louisiana Water Company |
ELEVATED TANK REPAIRS AND REPAINTING - MANSURA ELEVATED TANK, CONTRACT NO. 22-1551-12
|
Louisiana Water Company will receive separate sealed Bids for the Elevated Tank Repairs and Repainting, Mansura Elevated Tank, Contract No. 22-1551-12; Work Order No. L35-222384 <br /><br />The Work generally consists of: Repairs and repainting the Mansura Elevated Tank as detailed in Section 33 16 29 – Repair and Repainting Elevated Water Utility Storage Tanks.<br /> <br />Louisiana Water Company, Baton Rouge, LA will receive Bids until 2:00 P.M. local time, March 11, 2025, Louisiana Water Company, Post Office Box 66396, Baton Rouge, LA 70896-6396 or physical address, Louisiana Water Company, 8755 Goodwood Boulevard, Baton Rouge, LA 70806. Bids received after this time will not be accepted. Bids will be opened publicly after the specified closing time. The outside of the Bid envelope shall be marked with the project title, name and address of the Bidder and current Contractor’s license number.<br /> <br />Bidding Documents may be examined at the following locations:<br /> <br />Owen and White, Inc., 8755 Goodwood Boulevard, Baton Rouge, LA 70806<br /> <br />Louisiana Water Company, Customer Service Office, 448 East Main Street, New Iberia, LA 70560; (Telephone: 337-201-1076).<br /> <br />Complete Bid Documents, including addenda, for this project are available in electronic form and may be obtained from either Central Auction House (i.e. Central Bidding) at CentralAuctionHouse.com or by request through Owen and White, Inc. 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: Owen and White, Inc.; <b>Anna Gilbert, P.E.; Email:
[email protected]</b>; Telephone: 225-231-0326.<br /> <br />Bid security in the amount of five percent (5%) of the Bid must accompany each Bid in accordance with the Instruction to Bidders.<br /> <br />The Owner reserves the right to waive any informalities or to reject any and all bids. No Bidder may withdraw his Bid within 45 days after the actual date of the opening thereof.<br />
https://www.centralauctionhouse.com/rfp59371979-elevated-tank-repairs-and-repainting--mansura-elevated-tank-contract-no-22-1551-12.html
12-Feb-2025 11:00:00 AM CST |
11-Mar-2025 2:00:00 PM CDT |
Louisiana Water Company |
HIGH SERVICE PUMP #4, CONTRACT NO. 24-1551-23
|
Louisiana Water Company will receive separate sealed Bids for the High Service Pump #4 Contract No. 24-1551-23: Work Order No. L23-224502. The Work generally consists of piping modifications upstream of the water storage tank, adding a water storage tank bypass line, demolishing and disposal of two pumps and their respective discharge and suction piping, the installation of one new pump with a vacuum priming system and its respective discharge and suction piping with valve, fittings, and any other appurtenances. The new pump discharge piping shall be tied into existing waterline as shown on the drawings.<br /> <br />Louisiana Water Company, Baton Rouge, LA will receive Bids until 2:00 P.M. local time, March 11, 2025, Louisiana Water Company, Post Office Box 66396, Baton Rouge, LA 70896-6396 or physical address, Louisiana Water Company, 8755 Goodwood Boulevard, Baton Rouge, LA 70806. Bids received after this time will not be accepted. Bids will be opened privately immediately after the specified closing time. The outside of the Bid envelope shall be marked with the project title, name and address of the Bidder and current Contractor’s license number.<br /> <br />Bidding Documents may be examined at the following locations:<br /> <br />Owen and White, Inc., 8755 Goodwood Boulevard, Baton Rouge, LA 70806<br /> <br />Louisiana Water Company, 8755 Goodwood Boulevard, Baton Rouge, LA 70806<br /> <br />Complete Bid Documents, including addenda, for this project are available in electronic form and may be obtained from either Central Auction House (i.e. Central Bidding) at CentralAuctionHouse.com or by request through Owen and White, Inc. 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: Owen and White, Inc.; <b>Anna Gilbert, P.E.; Email:
[email protected]; Telephone: 225-231-0326.</b><br /> <br />Bid security in the amount of five percent (5%) of the Bid must accompany each Bid in accordance with the Instruction to Bidders.<br /> <br />The Owner reserves the right to waive any informalities or to reject any and all bids. No Bidder may withdraw his Bid within 45 days after the actual date of the opening thereof.<br />
https://www.centralauctionhouse.com/rfp20652471-high-service-pump-4-contract-no-24-1551-23.html
12-Feb-2025 11:00:00 AM CST |
11-Mar-2025 2:00:00 PM CDT |
Jefferson Parish Government |
5000147237 D6-2 (6400 Park Manor) Sewer Lift Station Rehabilitation and Force Main Improvements Sewer Capital Improvement Program Project No. D55128
|
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00147237<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., March 20, 2025 and publicly opened thereafter. At no charge, bidders may submit via Jefferson Parish’s electronic procurement page by visiting www.jeffparishbids.net to register for this free site.<br /> <br />Bids will be accepted and received through Central Bidding until 2 p.m. The public bid opening will be held at the West Bank Purchasing Department at 200 Derbigny Street, Suite 4400, Gretna, LA 70053 beginning at 2:30 p.m. on each bid opening date for the following project:<br /> <br />D6-2 (6400 Park Manor) Sewer Lift Station Rehabilitation and<br />Force Main Improvements<br />Sewer Capital Improvement Program Project No. D55128<br /> <br />This project includes the complete rehabilitation of existing sewerage lift station D6-2 located on Park Manor Drive including new 200 GPM pumps, piping, valves, control panel, odor control, and fence. The existing control panel, piping, and all other related equipment will be removed and salvaged. The work also includes coordination with utility companies for adjustments and relocations of electrical service, wiring, and required testing to facilitate installation of the new pumping equipment. A new sewer force main will be required from lift station D6-2 to lift station D6-1 near the intersection of Marcie and Judith. The existing suction piping at lift station D6-1 will also need to be replaced. Air release valves and manholes will be required along the required sewer force main.<br /> <br />Purchases for this project shall be exempt from state sales and use tax according to La. R.S. 47:301(8)(c)(i). The successful bidder shall be granted the tax-exempt status of Jefferson Parish via Form R-1020, Designation of Construction Contractor as Agent of a Governmental Entity Sales Tax Exemption Certificate. Form R-1020 is distributed by the Louisiana Department of Revenue. An example of Form R-1020 is provided at the end of this section.<br /> <br />All bids must be in accordance with the contract documents on file with the Jefferson Parish Purchasing Department, Suite 4400, Jefferson Parish General Government Building, at 200 Derbigny Street, Gretna, Louisiana. Late bids will not be accepted.<br /> <br />Each Bid must be accompanied by an electronic bid surety bond in the amount equal to five percent (5%) of the total amount bid, and payable without condition to the owner. Vendors must submit an electronic bid bond through the respective online clearinghouse bond management system(s) as indicated in the electronic bid solicitation on Central Auction House. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission.<br /> <br />The drawings and specifications are on file and open for inspection in the Jefferson Parish Purchasing Department, Suite 4400, Jefferson Parish General Government Building, at 200 Derbigny Street, Gretna, Louisiana. A complete set of Contract Documents may be secured from AIMS Group, Inc., 4421 Zenith Street, Metairie, LA 70001 (PHONE 504-887-7045, FAX 504-887-7088) by licensed contractors upon receipt of $125.00 per set. Deposit on the first set of documents furnished bona fide prime bidders will be fully refunded upon return of documents in good condition no later than ten (10) days after receipts of bids.<br /> <br />The successful bidder will be required to furnish a performance bond guaranteeing faithful performance of the contract. Companies providing the bonds shall comply with the requirements of LA-R.S. 38:2218 and R.S. 38:2219 as applicable.<br /> <br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br /> <br />All prospective bidders are invited to attend the non-mandatory pre-bid conference which will be held at Joseph S. Yenni Building, 1221 Elmwood Park Blvd. Room 405 on Thursday, February 27, 2025 at 9:00 am. However, failure to attend the pre-bid conference shall not relieve the bidder of responsibility for information discussed at the conference. Furthermore, failure to attend the pre-bid conference and inspection does not relieve the successful bidder from the necessity of furnishing materials or performing any work that may be required to complete the work in accordance with the specification with no additional cost to the owner. <br /> <br /> <br /><br />Renny Simno<br />Director<br />Purchasing Department<br /> <br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br /><br /> <br />ADV: The New Orleans Advocate: February 12, 19, and 26, 2025<br /> <br />For additional information, please visit the Purchasing Webpage at http://purchasing.jeffparish.net or you may call 504-364-2678.
https://www.centralauctionhouse.com/rfp52359520-5000147237-d6-2-6400-park-manor-sewer-lift-station-rehabilitation-and-force-main-improvements-sewer-capital-improvement-program-project-no-d55128.html
12-Feb-2025 10:59:00 AM CST |
20-Mar-2025 2:00:00 PM CDT |
Tangipahoa Parish Government |
PONCHATOULA PEDESTRIAN IMPROVEMENTS
|
SEALED BIDS WILL BE RECEIVED BY TANGIPAHOA PARISH GOVERNMENT AT THE COUNCIL MEETING CHAMBERS AT 206 E MULBERRY ST. AMITE, LA. 70422
https://www.centralauctionhouse.com/rfp59341934-ponchatoula-pedestrian-improvements.html
12-Feb-2025 10:33:00 AM CST |
13-Mar-2025 2:00:00 PM CDT |
St. John the Baptist Parish Government |
RFP 2025.01 Property and Casualty Insurance
|
RFP 2025.01 Property and Casualty Insurance
https://www.centralauctionhouse.com/rfp52340065-rfp-202501-property-and-casualty-insurance.html
12-Feb-2025 10:30:00 AM CST |
06-Mar-2025 9:45:00 AM CST |
St. John the Baptist Parish Public Schools |
Bond Project - WSJE HVAC
|
https://www.centralauctionhouse.com/rfp59390284-bond-project--wsje-hvac-.html
12-Feb-2025 10:00:00 AM CST |
10-Mar-2025 10:00:00 AM CDT |
St. John the Baptist Parish Public Schools |
Bond Project - GMMS HVAC
|
Sealed bids will be received by the St. John the Baptist Parish Public Schools, 118 West 10th Street, PO Drawer AL, Reserve, LA 70084 or online at www.centralauctionhouse.com until 10:00 A.M. C.S.T. on March 10, 2025. Bids will be publicly opened and read aloud at that time, and a tabulation will be made for consideratio fOR HVAC
https://www.centralauctionhouse.com/rfp23903344-bond-project--gmms-hvac.html
12-Feb-2025 10:00:00 AM CST |
10-Mar-2025 10:00:00 AM CDT |
Lafayette Consolidated Government |
RFQ-HVAC
|
NOTE: Any questions regarding the technical specifications or quote process shall be addressed to Liz Morrison at
[email protected]. Only questions in writing shall be addressed. Please include in the email’s subject line – Questions – Annual Rehab Contracts – HVAC.<br /> <br />This quotation can be hand carried to Lafayette Consolidated Government, Purchasing Division, 705 W. University, Lafayette, LA 70506, or mailed to Lafayette Consolidated Government, Purchasing Division, PO Box 4017-C, Lafayette, LA 70502, or e-mailed to
[email protected]<br /> <br />Please note attached insurance requirements. The successful vendor shall be required to furnish a Certificate of Insurance, including Items I, II, III, V and VII ($100,000 limits), all for approval by the Lafayette Consolidated Government Risk Management Division.<br />It is suggested that you speak with your insurance agent, prior to submitting a quote, concerning the insurance and endorsement required by these specifications as there could be additional premiums associated with this requirement.<br />Effective January 1, 2011 all insurance companies must use an ACORD form when submitting the Certificate of Insurance, unless they have obtained permission from the Commissioner of Insurance’s office. <br />In the event a bid is awarded for the amount of $50,000 or more, the successful vendor shall be required to provide a performance and payment bond for 100% of the amount of the purchase order before work can begin. Said bond shall be listed on the U.S. Department of Treasury Financial Management Service List of approved bonding companies, which is published annually in the Federal Register Circular No. 570, showing an underwriting limitation sufficient to cover 100% of the purchase.<br /> <br />
https://www.centralauctionhouse.com/rfp17541357-rfq-hvac.html
12-Feb-2025 9:00:00 AM CST |
26-Feb-2025 5:00:00 PM CST |
Lafayette Consolidated Government |
RFQ-INSULATION
|
NOTE: Any questions regarding the technical specifications or quote process shall be addressed to Liz Morrison at
[email protected]. Only questions in writing shall be addressed. Please include in the email’s subject line – Questions – Annual Rehab Contracts – Insulation.<br /> <br />This quotation can be hand carried to Lafayette Consolidated Government, Purchasing Division, 705 W. University, Lafayette, LA 70506, or mailed to Lafayette Consolidated Government, Purchasing Division, PO Box 4017-C, Lafayette, LA 70502, or e-mailed to
[email protected]<br /> <br />Please note attached insurance requirements. The successful vendor shall be required to furnish a Certificate of Insurance, including Items I, II, III, V and VII ($100,000 limits), all for approval by the Lafayette Consolidated Government Risk Management Division.<br />It is suggested that you speak with your insurance agent, prior to submitting a quote, concerning the insurance and endorsement required by these specifications as there could be additional premiums associated with this requirement.<br />Effective January 1, 2011 all insurance companies must use an ACORD form when submitting the Certificate of Insurance, unless they have obtained permission from the Commissioner of Insurance’s office. <br />In the event a bid is awarded for the amount of $50,000 or more, the successful vendor shall be required to provide a performance and payment bond for 100% of the amount of the purchase order before work can begin. Said bond shall be listed on the U.S. Department of Treasury Financial Management Service List of approved bonding companies, which is published annually in the Federal Register Circular No. 570, showing an underwriting limitation sufficient to cover 100% of the purchase.<br />
https://www.centralauctionhouse.com/rfp59321413-rfq-insulation.html
12-Feb-2025 9:00:00 AM CST |
26-Feb-2025 5:00:00 PM CST |
Lafayette Consolidated Government |
RFQ-ROOFING (METAL)
|
NOTE: Any questions regarding the technical specifications or quote process shall be addressed to at
[email protected]. Only questions in writing shall be addressed. Please include in the email’s subject line – Questions – Annual Rehab Contracts – Roofing (Metal)<br /> <br />This quotation can be hand carried to Lafayette Consolidated Government, Purchasing Division, 705 W. University, Lafayette, LA 70506, or mailed to Lafayette Consolidated Government, Purchasing Division, PO Box 4017-C, Lafayette, LA 70502, or e-mailed to
[email protected].<br /> <br />Please note attached insurance requirements. The successful vendor shall be required to furnish a Certificate of Insurance, including Items I, II, III, V and VII ($100,000 limits), all for approval by the Lafayette Consolidated Government Risk Management Division.<br />It is suggested that you speak with your insurance agent, prior to submitting a quote, concerning the insurance and endorsement required by these specifications as there could be additional premiums associated with this requirement.<br />Effective January 1, 2011 all insurance companies must use an ACORD form when submitting the Certificate of Insurance, unless they have obtained permission from the Commissioner of Insurance’s office. <br />In the event a bid is awarded for the amount of $50,000 or more, the successful vendor shall be required to provide a performance and payment bond for 100% of the amount of the purchase order before work can begin. Said bond shall be listed on the U.S. Department of Treasury Financial Management Service List of approved bonding companies, which is published annually in the Federal Register Circular No. 570, showing an underwriting limitation sufficient to cover 100% of the purchase.<br />
https://www.centralauctionhouse.com/rfp20686188-rfq-roofing-metal.html
12-Feb-2025 9:00:00 AM CST |
26-Feb-2025 5:00:00 PM CST |
Lafayette Consolidated Government |
RFQ-ROOFING (SHINGLES)
|
NOTE: Any questions regarding the technical specifications or quote process shall be addressed to at
[email protected]. Only questions in writing shall be addressed. Please include in the email’s subject line – Questions – Annual Rehab Contracts – Roofing (Shingle)<br /> <br />This quotation can be hand carried to Lafayette Consolidated Government, Purchasing Division, 705 W. University, Lafayette, LA 70506, or mailed to Lafayette Consolidated Government, Purchasing Division, PO Box 4017-C, Lafayette, LA 70502, or e-mailed to
[email protected]<br /> <br />Please note attached insurance requirements. The successful vendor shall be required to furnish a Certificate of Insurance, including Items I, II, III, V and VII ($100,000 limits), all for approval by the Lafayette Consolidated Government Risk Management Division.<br />It is suggested that you speak with your insurance agent, prior to submitting a quote, concerning the insurance and endorsement required by these specifications as there could be additional premiums associated with this requirement.<br />Effective January 1, 2011 all insurance companies must use an ACORD form when submitting the Certificate of Insurance, unless they have obtained permission from the Commissioner of Insurance’s office. <br />In the event a bid is awarded for the amount of $50,000 or more, the successful vendor shall be required to provide a performance and payment bond for 100% of the amount of the purchase order before work can begin. Said bond shall be listed on the U.S. Department of Treasury Financial Management Service List of approved bonding companies, which is published annually in the Federal Register Circular No. 570, showing an underwriting limitation sufficient to cover 100% of the purchase.<br />
https://www.centralauctionhouse.com/rfp17509448-rfq-roofing-shingles.html
12-Feb-2025 9:00:00 AM CST |
26-Feb-2025 5:00:00 PM CST |
Lafayette Consolidated Government |
RFQ-TERMITE TREATMENT
|
NOTE: Any questions regarding the technical specifications or quote process shall be addressed to Liz Morrison at
[email protected]. Only questions in writing shall be addressed. Please include in the email’s subject line – Questions – Annual Rehab Contracts – Termite Treatments.<br /> <br />This quotation can be hand carried to Lafayette Consolidated Government, Purchasing Division, 705 W. University, Lafayette, LA 70506, Att: Liz Morrison, or mailed to Lafayette Consolidated Government, Purchasing Division, PO Box 4017-C, Lafayette, LA 70502, Att: Liz Morrison or e-mailed to
[email protected]<br /> <br />Please note attached insurance requirements. The successful vendor shall be required to furnish a Certificate of Insurance, including Items I, II, III, V and VII ($100,000 limits), all for approval by the Lafayette Consolidated Government Risk Management Division. Please note that XCU minimum coverage in the amount of $100,000 is also required.<br />It is suggested that you speak with your insurance agent, prior to submitting a quote, concerning the insurance and endorsement required by these specifications as there could be additional premiums associated with this requirement.<br />Effective January 1, 2011 all insurance companies must use an ACORD form when submitting the Certificate of Insurance, unless they have obtained permission from the Commissioner of Insurance’s office. <br />In the event a bid is awarded for the amount of $50,000 or more, the successful vendor shall be required to provide a performance and payment bond for 100% of the amount of the purchase order before work can begin. Said bond shall be listed on the U.S. Department of Treasury Financial Management Service List of approved bonding companies, which is published annually in the Federal Register Circular No. 570, showing an underwriting limitation sufficient to cover 100% of the purchase.<br /> <br />
https://www.centralauctionhouse.com/rfp20672570-rfq-termite-treatment.html
12-Feb-2025 9:00:00 AM CST |
26-Feb-2025 5:00:00 PM CST |
St. Tammany Parish School Board |
REMOVAL & DISPOSAL OF HAZARDOUS & NON-HAZARDOUS MATERIALS FROM VARIOUS SCHOOLS/SITES
|
ALL BIDS MUST BE SUBMITTED AS PER SPECIFICATIONS
https://www.centralauctionhouse.com/rfp88181546-removal-disposal-of-hazardous-non-hazardous-materials-from-various-schoolssites.html
12-Feb-2025 9:00:00 AM CST |
07-Mar-2025 2:00:00 PM CST |
City of Kenner, LA |
SEALED BID 25-6877 ANNUAL CONTRACT TO PROVIDE GRASS CUTTING (CITYWIDE)
|
<div style="text-align: center;">INVITATION TO BID<br /> <br />Sealed Bid No. 25-6877</div> <br />02/12/2025<div style="text-align: center;">ANNUAL CONTRACT TO PROVIDE GRASS CUTTING (CITYWIDE)</div>Sealed Bid No. 25-6877<br /> <br /> <br />The City of Kenner (also referenced as “Kenner” and “Owner”) will receive sealed bids for:<br /> <div style="text-align: center;">Annual Contract to Provide Grass Cutting (Citywide)</div> <br />Bidders may also obtain copies of the bid documents and submit bids electronically by visiting www.centralauctionhouse.com. Sealed bids will be received until March 20th, 2025 at 9:45 a.m., by the City of Kenner in the Finance Department located at:<br /> <div style="text-align: center;">1610 Reverend Richard Wilson Drive<br />Building D<br />Kenner, Louisiana 70062</div> <br />All interested parties are invited to attend the Bid Opening on the same day at 10:00 a.m. in the City of Kenner, Building D Auditorium, 1610 Rev. Richard Wilson Drive, Kenner, Louisiana, at which time the bids will be publicly read. There will be an optional pre-bid meeting on February 25th, 2025 at 1:30pm, City of Kenner Public Works Yard, 1803 23rd St., Suite. B, Kenner, LA 70062. All interested bidders are encourage to attend.<br /> <div style="text-align: right;">CITY OF KENNER<br /> <br /> <br /> <br />/s/Elizabeth Herring<br />Chief Financial Officer</div> <br />Advertisement:<br />The Advocate<br />February 12th, 2025<br />February 19th, 2025<br />February 26th, 2025
https://www.centralauctionhouse.com/rfp55729786-sealed-bid-25-6877-annual-contract-to-provide-grass-cutting-citywide.html
12-Feb-2025 8:30:00 AM CST |
20-Mar-2025 9:45:00 AM CDT |
City of Kenner, LA |
SEALED BID 25-6876 CONTRACT FOR GRASS CUTTING AND DEBRIS REMOVAL FOR CODE DEPARTMENT
|
<div style="text-align: center;">INVITATION TO BID<br /> <br />Sealed Bid No. 25-6876</div> <br />02/12/2025<br />CONTRACT FOR GRASS CUTTING AND DEBRIS REMOVAL FOR CODE DEPARTMENT<br />Sealed Bid No. 25-6876<br /> <br /> <br />The City of Kenner (also referenced as “Kenner” and “Owner”) will receive sealed bids for:<br /> <div style="text-align: center;">Contract for Grass Cutting and Debris Removal.</div> <br />Bidders may also obtain copies of the bid documents and submit bids electronically by visiting www.centralauctionhouse.com. Sealed bids will be received until March 19th, 2025 at 9:45 a.m., by the City of Kenner in the Finance Department located at:<br /> <div style="text-align: center;">1610 Reverend Richard Wilson Drive<br />Building D<br />Kenner, Louisiana 70062</div> <br />All interested parties are invited to attend the Bid Opening on the same day at 10:00 a.m. in the City of Kenner, Building D Auditorium, 1610 Rev. Richard Wilson Drive, Kenner, Louisiana, at which time the bids will be publicly read.<br /> <div style="text-align: right;">CITY OF KENNER<br /> <br /> <br /> <br />/s/Elizabeth Herring<br />Chief Financial Officer</div> <br />Advertisement:<br />The Advocate<br />February 12th, 2025<br />February 19th, 2025<br />February 26th, 2025
https://www.centralauctionhouse.com/rfp26438596-sealed-bid-25-6876-contract-for-grass-cutting-and-debris-removal-for-code-department.html
12-Feb-2025 8:30:00 AM CST |
19-Mar-2025 9:45:00 AM CDT |
City of Kenner, LA |
SEALED BID 25-6868 ROOF REPLACEMENT OF THE KENNER POLICE HQ AND JAIL COMPLEX
|
<div style="text-align: center;">INVITATION TO BID<br /> <br />Sealed Bid No. 25-6868</div> <br />The City of Kenner (also referenced as “Kenner” and “Owner”) will receive sealed bids for:<br /> <div style="text-align: center;"><b>Roof Replacement of the Kenner Police Headquarters and Jail Complex</b></div> <br />The proposed work (“Work”) includes:<br /> <div style="text-align: center;"><b>Remove and replace existing modified bitumen roofing including insulation boards, metal flashing, roof drains etc.</b></div> <br />Sealed bids will be received until <b>Tuesday, March 18, 2025 at 10:30 AM CST</b>, by the City of Kenner in the Finance Department located at:<br /> <div style="text-align: center;">1610 Reverend Richard Wilson Drive<br />Building D<br />Kenner, Louisiana 70062</div> <br />All interested parties are invited to attend the Bid Opening on the same day at 10:45 a.m. in the City of Kenner, Building D Auditorium, 1610 Rev. Richard Wilson Drive, Kenner, Louisiana, at which time the bids will be publicly read.<br /> <br />There will be a pre-bid meeting on Thursday, February 27, 2025 at 11:00 AM CST at City of Kenner Building D Auditorium, 1610 Rev. Richard Wilson Drive, Kenner, LA 70062. All interested bidders are encourage to attend.<br /> <br />All bids must be in accordance with the Contract Documents (which include, but are not limited to, all documents, sections, terms, provisions, and any requirements provided for in this bid) on file with LINFIELD, HUNTER & JUNIUS, INC. 3608 18TH STREET, METARIE, LA 70002 , the Design Consulting Professionals (also referenced as “Design Professional”) for this project.<br /> <br />Copies of Contract Documents for review or for use in preparing bids may be obtained from LINFIELD, HUNTER & JUNIUS, INC. 3608 18TH STREET, METARIE, LA 70002 upon deposit of $100.00 for each set of documents. <br /> <br />Bidders may also obtain copies of Contract Documents for review and may also submit bids electronically by visiting www.centralauctionhouse.com. <div style="text-align: right;">CITY OF KENNER<br /> <br />/s/Elizabeth Herring<br />Chief Financial Officer</div>Advertisement:<br />The Advocate February 12TH, 19TH, AND 26th, 2025
https://www.centralauctionhouse.com/rfp28955089-sealed-bid-25-6868-roof-replacement-of-the-kenner-police-hq-and-jail-complex.html
12-Feb-2025 8:30:00 AM CST |
18-Mar-2025 10:30:00 AM CDT |
City of Kenner, LA |
SEALED BID 25-6867 ROOF REPLACEMENT OF THE KENNER POLICE TRAINING FACILITY
|
<div style="text-align: center;">INVITATION TO BID<br /> <br />Sealed Bid No. 25-6867<br /> </div>The City of Kenner (also referenced as “Kenner” and “Owner”) will receive sealed bids for:<br /> <div style="text-align: center;"><b>Roof Replacement of the Kenner Police Training Facility</b></div> <br />The proposed work (“Work”) includes:<br /> <div style="text-align: center;"><b>Remove and Replace existing metal roof including flashing, gutters and downspouts.</b></div> <br />Sealed bids will be received until <b>Tuesday, March 18, 2025 at 10:00 AM CST</b>, by the City of Kenner in the Finance Department located at:<br /> <div style="text-align: center;">1610 Reverend Richard Wilson Drive<br />Building D<br />Kenner, Louisiana 70062</div> <br />All interested parties are invited to attend the Bid Opening on the same day at 10:15 a.m. in the City of Kenner, Building D Auditorium, 1610 Rev. Richard Wilson Drive, Kenner, Louisiana, at which time the bids will be publicly read.<br /> <br />There will be a pre-bid meeting on: <b>Thursday, February 27, 2025 at 10:00 AM CST</b> at City of Kenner Building D Auditorium, 1610 Rev. Richard Wilson Drive, Kenner, LA 70062. All interested bidders are encourage to attend.<br /> <br />All bids must be in accordance with the Contract Documents (which include, but are not limited to, all documents, sections, terms, provisions, and any requirements provided for in this bid) on file with Linfield, Hunter & Junius, Inc., 3608 18th Street, Metairie LA 70002, the Design Consulting Professionals (also referenced as “Design Professional”) for this project.<br /> <br />Copies of Contract Documents for review or for use in preparing bids may be obtained from Linfield, Hunter & Junius, Inc., 3608 18th Street, Metairie LA 70002 upon deposit of $100.00 for each set of documents. <br /> <br />Bidders may also obtain copies of Contract Documents for review and may also submit bids electronically by visiting www.centralauctionhouse.com. <br /> <div style="text-align: right;">CITY OF KENNER<br /> <br />/s/Elizabeth Herring<br />Chief Financial Officer</div>Advertisement:<br />The Advocate<br />February 12th, 19th, AND 26th, 2025
https://www.centralauctionhouse.com/rfp59319994-sealed-bid-25-6867-roof-replacement-of-the-kenner-police-training-facility.html
12-Feb-2025 8:30:00 AM CST |
18-Mar-2025 10:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
RFP #25-LEAK-05 (2025) Annual Gas Leak Survey Services
|
Sealed proposals will be received on March 4, 2025, by the Terrebonne Parish Consolidated Government Purchasing Division, at 301 Plant Road, in Houma, Louisiana 70363, until 2:00 PM as shown on the Purchasing Division Conference Room Clock at which time sealed proposals shall be publicly opened and the name of the Proposers read aloud.<br />
https://www.centralauctionhouse.com/rfp76626728-rfp-25-leak-05-2025-annual-gas-leak-survey-services.html
12-Feb-2025 8:00:00 AM CST |
04-Mar-2025 2:00:00 PM CST |
Terrebonne Parish Consolidated Government |
25-CEMETERY-04 Service Contract Mowing and Maintenance for Cemeteries and Various Locations
|
<br />Sealed proposals will be received on March 6, 2025, by the Terrebonne Parish Consolidated Government Purchasing Division at 301 Plant Road, Houma, Louisiana, 70363 until 2:00 pm as shown on the Purchasing Division Conference Room Clock. All proposals will be publicly opened and only the names of the Proposers who submitted proposals will be read aloud. <br /><br />A non-mandatory pre-proposal conference will be held at the Terrebonne Parish Consolidated Government Purchasing Division located at 301 Plant Rd in Houma, Louisiana on February 25, 2025, at 2:00 pm CST. <br />
https://www.centralauctionhouse.com/rfp65482443-25-cemetery-04-service-contract-mowing-and-maintenance-for-cemeteries-and-various-locations.html
12-Feb-2025 8:00:00 AM CST |
06-Mar-2025 2:00:00 PM CST |
Lafayette Consolidated Government |
Localized Flood Mitigation Contract #22
|
Notice is hereby given that sealed bids will be received either electronically at www.centralbidding.com or in the office of the Purchasing Division at the Lafayette Consolidated Government Building, located at 705 West University Avenue, Lafayette, Louisiana, until 10:00 AM Central Time on the 13th day of March, 2025 for the following:<br /> <br />Localized Flood Mitigation Contract #22<br /> <br />and will, shortly thereafter, be opened and read aloud in the Council Briefing Room located at 705 West University Avenue, Lafayette, LA. Bids received after the above specified time for opening shall not be considered and shall be returned unopened to the sender. Bidders are encouraged to call into the bid openings at the following phone number 337-291-5100. <br /> <br />Scope of Services: The work shall generally consist of mitigation work on five (5) channels located within Lafayette Parish. The work shall include, but is not limited to, the cleaning and clearing with hand equipment, or mulching form inside the channel such as to minimize disturbance of the slopes; removal of vegetation and siltation above the historical grades as defined in the plans and cross sections, disposal outside floodways and flood zones; mobilization; temporary signs and barricades as needed; providing mobile sanitary facilities as well as any miscellaneous work which would be required to match the intent of the specifications. The contractor shall note that no wetlands may be disturbed as a result of activities associated with this project. All work to be completed within one hundred sixty (160) working dates from the issuance of Notice to Proceed. LCG reserves the right to increase or decrease work within the channels at the mutual agreement of owner and vendor and then availability of funds.<br /> <br />Each channel shall be priced separately and apart from the others and be distinguished with a separate and unique group of bid items. The channels shall be completed in the following order:<br />Bayou Queue de Tortue Lateral 5A-1 (B-36) – approximately 5,800’<br />Isaac Verot Coulee Lateral 6A-1 (A-38) – approximately 15,000’<br />Isaac Verot Coulee Lateral 4-1A (B-26) – approximately 1,900’<br />Dan Dabailon Lateral 3A (C-32) – approximately 6,500’<br />Dan Dabailon L1 (Coulee Bend) (C-51) – approximately 2,000’ <br />In accordance with Louisiana RS 38:2212 electronic Bids may be submitted at Central Bidding (www.centralbidding.com).Official Bid Documents are available at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814. Bidders may request the electronic bid package from Heather Kestler at
[email protected].<br /> <br /> Bidders submitting bids electronically are required to provide the same documents as bidders submitting through the mail as soon as available. Only a bid bond, certified check or cashier’s check shall be submitted as the bid security. Electronic copies of both the front and back of the check or bid bond shall be included with the electronic bid.<br /> <br />Bids must be signed in accordance with LRS Title 38:2212(B)5. A Corporate Resolution or Certificate of Authority authorizing the person signing the bid is required to be submitted with bid. Failure to submit a Corporate Resolution or Certificate of Authority with the bid shall be cause for rejection of bid.<br /> <br />Copies of the bidding documents except for Section C – “Standard Specifications for Roads, Drainage, Bridges and Other Infrastructure 2023 Edition” are available at the Office of Purchasing located at 705 West University Avenue, Lafayette, LA 70502 upon payment of $50 per set, non-refundable. NOTE: NO CASH WILL BE ACCEPTED - ONLY CHECKS OR MONEY ORDERS MADE PAYABLE TO LAFAYETTE CONSOLIDATED GOVERNMENT. Copies of Section “C” Standard Specifications for Roads, Drainage, Bridges and Other Infrastructure” 2023 Edition are available from the Public Works Department at 1515 E University Avenue, Building A, Lafayette LA 70501. Bid Documents shall be available until twenty-four hours before the bid opening date. Questions relative to the bidding documents shall be addressed to Heather Kestler at
[email protected].<br /> <br />Contractors are requested to attend a pre-bid meeting, which will be held on February 26, 2025 at 10:00 AM in the large conference room, Lafayette Consolidated Government, Public Works Administration Building located at 1515 East University Avenue, Lafayette, LA.<br /> <br />Each bid shall be accompanied by a certified check, cashier’s check, or bid bond payable to the Lafayette Consolidated Government, the amount of which shall be five percent (5%) of the base bid plus additive alternates. If a bid bond is used, it shall be written by a surety or insurance company currently on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the Federal Register, or by a Louisiana domiciled insurance company with at least an A-Rating in the latest printing of the A.M. Best’s Key Rating Guide to write individual bonds up to ten percent (10%) of policyholders’ surplus as shown in the A.M. Best’s Key Rating Guide, or by an insurance company in good standing licensed to write bid bonds which is either domiciled in Louisiana or owned by Louisiana residents. The bid bond shall be issued by a company licensed to do business in Louisiana. The certified check, cashier’s check, or bid bond shall be given as a guarantee that the bidder shall execute the contract, should it be awarded to him, in conformity with the contract documents within ten (10) days.<br /> <br />No contractor may withdraw its bid prior to the deadline for submission of bids. Withdrawal of bids thereafter shall be allowed only pursuant to LA R.S. 38§2214.C. Otherwise, no bidder may withdraw his bid for at least forty-five (45) days after the time scheduled for the bid opening of bids. Each bid shall be submitted only on the bid form provided within the specifications. The successful bidder will be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully defined in the bid documents. No contractors may withdraw his bid for at least forty-five (45) days after the time scheduled for the opening of bids. Each bid shall be submitted only on the bid form provided with the specifications. The successful contractor will be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully defined in the bid documents.<br /> <br />Bids will be evaluated by the Purchaser based on the lowest responsible and responsive bid submitted which is also in compliance with the bid documents. The Lafayette Consolidated Government reserves the right to reject any and all bids for just cause in accordance with LA R.S. 38§2214.B.<br /> <br />Contractors or contracting firms submitting bids in the amount of $50,000.00 or more shall certify that they are licensed contractors under Chapter 24 of Title 37 of the Louisiana Revised Statutes of 1950 and show their license number on the front of the sealed envelope in which their bid is enclosed. Contractors shall be licensed for the classification of “HIGHWAY STREETS AND BRIDGE CONSTRUCTION” or “HEAVY CONSTRUCTION”. Bids in the amounts specified above which have not bid in accordance with the requirements, shall be rejected and shall not be read. Additional information relative to licensing may be obtained from the Louisiana State Licensing Board for Contractors, Baton Rouge, Louisiana.<br /> <br />The Lafayette Consolidated Government strongly encourages the participation of DBEs (Disadvantaged Business Enterprises) in all contracts or procurements let by the Lafayette Consolidated Government for goods and services and labor and material. To that end, all contractors and suppliers are encouraged to utilize DBEs business enterprises in the purchase or sub-contracting of materials, supplies, services and labor and material in which disadvantaged businesses are available. Assistance in identifying said businesses may be obtained by calling 291-8410.<br /> <br /> <br /> PURCHASING DIVISION<br /> Lafayette Consolidated Government<br /> <br />PUBLISH DATES: 2/12, 2/16, 2/23<br />DPR 993557<br /> <br />
https://www.centralauctionhouse.com/rfp79753304-localized-flood-mitigation-contract-22.html
12-Feb-2025 8:00:00 AM CST |
13-Mar-2025 10:00:00 AM CDT |
Lafayette Consolidated Government |
RFQ-ELECTRICAL(MINOR) REHAB
|
NOTE: Any questions regarding the technical specifications or quote process shall be addressed to Liz Morrison at
[email protected]. Only questions in writing shall be addressed. Please include in the email’s subject line – Questions – Annual Rehab Contracts – Electrical (Minor).<br /> <br />This quotation can be hand carried to Lafayette Consolidated Government, Purchasing Division, 705 W. University, Lafayette, LA 70506, or mailed to Lafayette Consolidated Government, Purchasing Division, PO Box 4017-C, Lafayette, LA 70502, or e-mailed to
[email protected]<br /> <br />Please note attached insurance requirements. The successful vendor shall be required to furnish a Certificate of Insurance, including Items I, II, III, V and VII ($100,000 limits), all for approval by the Lafayette Consolidated Government Risk Management Division.<br />It is suggested that you speak with your insurance agent, prior to submitting a quote, concerning the insurance and endorsement required by these specifications as there could be additional premiums associated with this requirement.<br />Effective January 1, 2011 all insurance companies must use an ACORD form when submitting the Certificate of Insurance, unless they have obtained permission from the Commissioner of Insurance’s office. <br />In the event a bid is awarded for the amount of $50,000 or more, the successful vendor shall be required to provide a performance and payment bond for 100% of the amount of the purchase order before work can begin. Said bond shall be listed on the U.S. Department of Treasury Financial Management Service List of approved bonding companies, which is published annually in the Federal Register Circular No. 570, showing an underwriting limitation sufficient to cover 100% of the purchase.<br /> <br />
https://www.centralauctionhouse.com/rfp76695919-rfq-electricalminor-rehab.html
12-Feb-2025 8:00:00 AM CST |
26-Feb-2025 5:00:00 PM CST |
Lafayette Consolidated Government |
RFQ-ELECTRICAL (REWIRE)
|
NOTE: Any questions regarding the technical specifications or quote process shall be addressed to Liz Morrison at
[email protected]. Only questions in writing shall be addressed. Please include in the email’s subject line – Questions – Annual Rehab Contracts – Electrical (Rewire).<br /> <br />This quotation can be hand carried to Lafayette Consolidated Government, Purchasing Division, 705 W. University, Lafayette, LA 70506, or mailed to Lafayette Consolidated Government, Purchasing Division, PO Box 4017-C, Lafayette, LA 70502, or e-mailed to
[email protected]<br /> <br />Please note attached insurance requirements. The successful vendor shall be required to furnish a Certificate of Insurance, including Items I, II, III, V and VII ($100,000 limits), all for approval by the Lafayette Consolidated Government Risk Management Division.<br />It is suggested that you speak with your insurance agent, prior to submitting a quote, concerning the insurance and endorsement required by these specifications as there could be additional premiums associated with this requirement.<br />Effective January 1, 2011 all insurance companies must use an ACORD form when submitting the Certificate of Insurance, unless they have obtained permission from the Commissioner of Insurance’s office. <br />In the event a bid is awarded for the amount of $50,000 or more, the successful vendor shall be required to provide a performance and payment bond for 100% of the amount of the purchase order before work can begin. Said bond shall be listed on the U.S. Department of Treasury Financial Management Service List of approved bonding companies, which is published annually in the Federal Register Circular No. 570, showing an underwriting limitation sufficient to cover 100% of the purchase.<br /> <br />
https://www.centralauctionhouse.com/rfp31559551-rfq-electrical-rewire.html
12-Feb-2025 8:00:00 AM CST |
26-Feb-2025 5:00:00 PM CST |
Jefferson Parish Sheriff's Office |
25-MAR-1202 Men's and Women's Polo Shirts
|
Jefferson Parish Sheriff's Office<br />ADVERTISEMENT FOR BIDS<br /> <br />Sealed bids will be received until the hour of 11:00 a.m. Wednesday March 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 11:00 a.m., Wednesday March 12, 2025 and read aloud for:<br /> <br />Men's and Women's Polo Shirts<br /> <br />Detailed list of specifications is available at the above address. The Sheriff, Parish of Jefferson, reserves the right to accept or reject any and all bids in whole or in part and waive formalities.<br /> <br /> <br /> JOSEPH LOPINTO III, SHERIFF<br /> PARISH OF JEFFERSON, LA.<br /> <br />Bid # 25-MAR-1202<br /> <br />ADV: The New Orleans Advocate<br />February 12, 19 and 26, 2025
https://www.centralauctionhouse.com/rfp63603068-25-mar-1202-mens-and-womens-polo-shirts.html
12-Feb-2025 6:00:00 AM CST |
12-Mar-2025 11:00:00 AM CDT |
Jefferson Parish Sheriff's Office |
25-MAR-1201 Class A and B Uniforms
|
<br />Jefferson Parish Sheriff's Office<br />ADVERTISEMENT FOR BIDS<br /> <br />Sealed bids will be received until the hour of 10:00 a.m. Wednesday March 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 March 12, 2025 and read aloud for:<br /> <br />Class A & B Uniforms<br /> <br />Detailed list of specifications is available at the above address. The Sheriff, Parish of Jefferson, reserves the right to accept or reject any and all bids in whole or in part and waive formalities.<br /> <br /> <br /> JOSEPH LOPINTO III, SHERIFF<br /> PARISH OF JEFFERSON, LA.<br /> <br />Bid # 25-MAR-1201<br /> <br />ADV: The New Orleans Advocate<br />February 12, 19 and 26, 2025
https://www.centralauctionhouse.com/rfp95854313-25-mar-1201-class-a-and-b-uniforms.html
12-Feb-2025 12:00:00 AM CST |
12-Mar-2025 10:00:00 AM CDT |
Terrebonne Parish Consolidated Waterworks District No. 1 |
CIP-12-23-01 Replacement of 24” Transmission – Williams Pump Station Toward Connely Street
|
NOTICE TO CONTRACTORS<br /><br />Sealed bids will be received on Wednesday, March 12th, 2025, by the Board of Commissioners of Terrebonne Parish Consolidated Waterworks District No. 1, at 8814 Main Street, Houma, Louisiana, until 2:00 p.m. At exactly 2:00 p.m., all bids will be publicly opened and read in the Board meeting room. Subsequent to the opening, the bid/bids will be evaluated by the appropriate party/parties and will be presented to the Board for handling in accordance with the Louisiana Public Bid Law.<br /> <br />Sealed bids shall be either hand-delivered by the bidder or his agent in which instance the deliverer shall be handed a written receipt, or such bid shall be sent by registered or certified mail with a return receipt requested. Bids may also be delivered by a package or express delivery service or carrier. However, if this form of delivery is utilized, the form of delivery receipt utilized by said carrier or service shall be considered as a sufficient written receipt received by the bidder.<br /> <br />Bid documents will be posted on http://www.centralauctionhouse.com/rfp.php?cid=65. To view, download, and receive bid notices by e-mail, you will have to register with Central Auction House (CAH). Vendors/Contractors will have the option to submit their bids & bid bonds electronically or by paper copy. Any questions about this process, contact Ted Fleming with Central Auction House at 1-866-570-9620.<br /> <br />Bids received prior to the time of the scheduled bid opening will be securely kept unopened. No bid received after the scheduled time for opening will be considered. Bidders are cautioned to allow ample time for transmittal of bids by mail or otherwise. Bidders are urged to secure information relative to the probable time of arrival and distribution of mail at the place where the bids are to be opened. Failure of the U.S. Mail or of any express carrier or delivery service to deliver the bids timely shall not be considered due cause for the scheduled time of the bid opening to be extended.<br /> <br />The project is receiving construction grant assistance from the Community Development Block Grant (CDBG) Program.<br /> <br />The attention of bidders is called particularly to the requirements for conditions of employment to be observed and minimum wage rates to be paid under the Contract, Section 3, Segregated Facilities, Section 109, Executive Order 11246, and all applicable laws and regulations of the Federal government, State of Louisiana and bonding and insurance requirements.<br /> <br />All proposals must be sealed and addressed as follows:<br /> <br /> PROPOSAL: TPCW Project No. CIP-12-23-01<br /> Replacement of 24” Transmission – Williams Pump Station Toward Connely Street<br /> <br /> LICENSE NO.: <br /> <br />Work on which proposals are invited consists of the horizontal directional drilling of a 20-inch HDPE waterline from the Williams pump station to Connely Street along with necessary fittings to connect them to the existing water system.<br /> <br />Base Bid: From Cenac Pump Station to East of Connely St. = 4,300 linear feet of 20-inch HDPE pipe with associated fittings.<br /> <br />Alternate No. 1 Bid: From East of Connely St. to East of Hunley St. = 4,000 linear feet of 20-inch HDPE pipe with associated fittings.<br /> <br />Alternate No. 2 Bid: From East of Hunley St. to West of Foolkes Ct = 2,300 linear feet of 20-inch HDPE pipe with associated fittings.<br /> <br />Alternate No. 3 Bid: From Williams Ave Pump Station to Cenac Pump Station = 2,000 linear feet of 20-inch HDPE pipe with associated fittings.<br /> <br />Bids must be submitted on the Louisiana Uniform Public Works Bid Form furnished with the bidding documents. Bid sheets will be issued only to contractors and/or subcontractors licensed in accordance with the provisions of R.S. 37:2150 through 2173 of the Louisiana Legislature. Contractors desiring to bid shall submit their Louisiana Contractor’s License Number as evidence that they hold a license of the proper classification that is in full force and effect.<br /> <br />Specifications and proposal forms are on file in the office of All South Consulting Engineers, LLC, 5300 Hwy 311, Houma, Louisiana 70360 and a single copy may be obtained by each prospective bidder upon the payment of $100.00 per set (non-refundable) to cover the cost of printing. Please contact Melanie B. Caillouet, P.E. at
[email protected], for any clarification or information with regard to the specifications and plans.<br /> <br />A Nonmandatory Prebid Conference will be held on Wednesday, February 26th, 2025, at 2:00 PM at the office of Terrebonne Parish Consolidated Waterworks District No. 1, located at 8814 Main Street, Houma, Louisiana, 70363. Following the conference, a project tour may be conducted, weather or conditions permitting. All prospective bidders are cordially invited and encouraged to attend the Prebid Conference.<br /> <br />All proposals must be accompanied by a Certified Check, Cashier's Check or Bid Bond in the amount of five (5%) percent of the amount of the proposal made payable to the Terrebonne Parish Consolidated Waterworks District No. 1. Failure to do so will result in the bid/bids being declared non-responsive and shall be cause for rejection. If a bid bond is provided it shall be on the attached form and only on the attached form.<br /> <br />A Bid will be considered responsive if it conforms in all respects with the conditions and requirements of the Bidding Documents. In order to be considered responsive, the Louisiana Uniform Public Works Bid Form must; (a) be fully completed, signed and be responsive in all respects to the Bidding Documents; (b) be made on the Bid Forms provided and submitted intact.<br /><br />Successful bidders must register with the Terrebonne Parish Sales and Use Tax Department for use tax purposes. The Terrebonne Parish Consolidated Waterworks District No. 1, reserves the right to reject any and all bids in accordance with State Bid Law.<br /> <br /> <br /> /s/ Teri Chatagnier <br /> Teri Chatagnier, President<br /> Board of Commissioners<br /> Terrebonne Parish Consolidated Waterworks District No. 1<br /> <br />Publish three (3) times on:<br />February 12, 2025<br />February 21, 2025<br />February 28, 2025
https://www.centralauctionhouse.com/rfp83916020-cip-12-23-01-replacement-of-24-transmission-williams-pump-station-toward-connely-street-.html
12-Feb-2025 12:00:00 AM CST |
12-Mar-2025 2:00:00 PM CDT |
Washington Parish School Board |
RFP-SECURITY CAMERA SYSTEM AND INSTALLATION
|
REQUEST FOR PROPOSAL<br /> <br />Proposals will be received by Washington Parish School Board until Friday, March 14, 2025 at 10:00 AM at its Central Office located at 800 Main Street, Franklinton, Louisiana for<br /> <br />SECURITY CAMERA SYSTEM AND INSTALLATION AT THE FOLLOWING LOCATIONS: <br />1. FRANKLINTON ELEMENTARY SCHOOL; 345 Jaguar Drive, Franklinton, LA<br />2. MT. HERMON SCHOOL; 36119 Highway 38, Mt. Hermon, LA<br />3. PINE JUNIOR AND SENIOR HIGH SCHOOL; 1 Raider Drive, Franklinton, LA<br />4. THOMAS ELEMENTARY SCHOOL; 30341 Highway 424; Franklinton, LA<br />5. VARNADO JUNIOR AND SENIOR HIGH SCHOOL; 25543 Washington Street, Angie, LA 70426<br />6. WESLEY RAY ELEMENTARY SCHOOL; 30523 Wesley Ray Road; Angie, LA 70426 <br />Proposals shall be submitted to 800 Main Street, Franklinton LA 70438; Attn: Dana Knight, Director of Finance.<br />Proposals will be publicly opened and read aloud at that time. A tabulation will be made for consideration by the Washington Parish School Board. Proposal received after the above-mentioned date and time will not be opened and will be rejected.<br />This project will consist of security cameras and required installation for the school campuses specified above. This includes integration of new units with each school’s current security camera system. Preference will be given to contractors with a Telecommunications/Low Voltage classification with the Louisiana State Licensing Board for Contractors.<br /> Copies of the Request for Proposal documents may be obtained by emailing Dana Knight at
[email protected]. Questions regarding project specifications may be directed to Candace Stewart at
[email protected] or 985-839-7794. Adherence to the RFP document is REQUIRED for consideration of proposal. <br />All work must be completed by May 1, 2025. The exceptions would be for Wesley Ray Elementary, which must be completed by October 31, 2025, or in the event of a grant extension allowed by the state.<br />Submittal of Electronic proposals is allowed as an option. Electronic proposals must be in pdf format and shall contain the same information and items required for paper proposals. Electronic proposals will be accepted at www.centralauctionhouse.com and follow the link to Washington Parish School Board. <br /> The Washington Parish School Board reserves the right to reject any and all proposals and to waive any and all informalities in the process.<br /> <br />Jennifer Thomas, Superintendent
https://www.centralauctionhouse.com/rfp25566548-rfp-security-camera-system-and-installation-.html
12-Feb-2025 12:00:00 AM CST |
14-Mar-2025 10:00:00 AM CDT |
State of Louisiana Military Department |
BLDG 132 Modernization, Camp Minden, Minden, LA
|
See the attached solicitation for: BLDG 132 Modernization, Camp Minden, Minden, LA
https://www.centralauctionhouse.com/rfp52390772-bldg-132-modernization-camp-minden-minden-la.html
12-Feb-2025 12:00:00 AM CST |
26-Mar-2025 1:00:00 PM CDT |
State of Louisiana Military Department |
JB Exterior Lighting Retrofit, Jackson Barracks, New Orleans, LA
|
See attached Solicitation for: JB Exterior Lighting Retrofit, Jackson Barracks, New Orleans, LA
https://www.centralauctionhouse.com/rfp60318546-jb-exterior-lighting-retrofit-jackson-barracks-new-orleans-la.html
12-Feb-2025 12:00:00 AM CST |
19-Mar-2025 11:00:00 AM CDT |
City of Slidell |
Combination Sewer Cleaner Bid# 25-B011
|
City of Slidell<br />INVITATION TO BID<br /> <br />SEALED BIDS will be received until March 12th, 2025 10:00 A.M. CST in the Director of Finance Office, located at the Slidell City Council & Administrative Center, 2045 Second Street, second floor, Suite 214, Slidell, LA. 70458 and thereafter opened and publicly read for the following one or more Combination Sewer Cleaner and Truck Mounted Jet Rodder<br /> <br />Each bid must be contained in a sealed envelope and each envelope must be clearly marked as applicable:<br /> <br />SEALED BID: Combination Sewer Cleaner Bid#25-B011<br /> <br />OPENING: March 12th, 2025, 10:00 AM CST<br /> <br />Bid Documents may be picked up in the Purchasing Department, 1329 Bayou Lane, Slidell, LA (985) 646-4250 or email
[email protected] .<br /> <br />Bidders also have the option to review bid documents and submit bids electronically by visiting centralbidding.com. Electronic bids will require a digital signature. You must register directly with Central Bidding to utilize this service. You may also contact them at 833-412-5717.<br /> <br />The signature on the bid must be that of an authorized representative of the corporation, partnership or other legal entity, as defined by Louisiana Public Bid Law Revised Statute 38:2212.A.(l)(c) which dictates parties authorized to sign bids for public contracts. All required Certificates of Liability Insurance shall list the City of Slidell as "additionally insured".<br /> <br />All applicable Federal, State, Local laws, ordinances, and the rules and regulations of all authorities having jurisdiction over supply and service of this type shall apply to the contract throughout.<br /> <br />The city encourages participation by Minority, Woman-Owned, and Disadvantaged Business Enterprises. The City of Slidell reserves the right to reject any and all bids.<br />CITY OF SLIDELL<br /> <br /> <br />Blair Ellinwood Director of Finance<br />Advertise: February 12th, 19th, 26th 2025
https://www.centralauctionhouse.com/rfp46005009-combination-sewer-cleaner-bid-25-b011.html
12-Feb-2025 12:00:00 AM CST |
12-Mar-2025 10:00:00 AM CDT |
Port of Iberia |
AGMAC Channel Dredging Phase I - Part 2
|
Sealed bids for the construction of the following project will be received by the Port of Iberia District Board of Commissioners at the POI Port Administrative Office located at 4611 S. Lewis St., New Iberia, LA 70560, until 12:00 P.M. on Tuesday, March 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 />PROJECT: Capital Outlay<br /> <br />PORT IMPROVEMENTS TO: Port of Iberia<br /> Acadiana Gulf of Mexico Access Channel<br /> AGMAC Channel Dredging Phase I - Part 2<br /> <br />LOCATED IN: Iberia Parish<br /> <br />TYPE OF CONSTRUCTION: Heavy Construction<br /> <br />CONTRACTING AGENCY: Port of Iberia District Board of Commissioners<br /> 4611 S. Lewis Street<br /> New Iberia, LA 70560<br /> <br />ESTIMATED COST: $4,700,000.00<br /> <br />PROPOSAL GUARANTY: 5% of the Amount of Bid<br /> Payable to Port of Iberia (POI) Board of Commissioners<br /> <br />ENGINEER: GIS Engineering, LLC<br /> Coastal Design & Infrastructure Division<br /> 197 Elysian Drive<br /> Houma LA, 70363<br /> Phone: (985) 219-1000<br /> Contact: Ann Schouest<br /> Email:
[email protected]<br /> <div style="text-align: justify;">PROJECT SCOPES: This is a dredging project at the Port of Iberia whereby the Contractor is responsible for dredging the specified canals and slips to the lines and grades stipulated in the Contract Documents; and transporting and properly placing all dredged material at the designated placement site. Other features of work include mobilization, construction layout, placement site management, and all other specified and incidental work required to successfully complete the project in accordance with the Contract Documents</div> <div style="text-align: justify;">Bids must be submitted on the forms provided by the Contracting Agency, must be prepared in accordance with Section 2 of the 2018 Edition of the Louisiana Department of Transportation and Development, Office of Multimodal Commerce, General Provisions and must include all the information required by the bid form. Bid forms are available from the Engineer and will not be issued later than 24 hours prior to the time set for opening the bids. Each bid shall include a proposal guaranty in an amount not less than specified above.</div> <br />The contract will be awarded to the lowest responsible bidder without discrimination on grounds of race, color, sex or national origin. Disadvantaged businesses will be afforded full opportunity to submit bids.<br /> <div style="text-align: justify;">Plans and specifications may be seen at the Engineer's office. Plans may be obtained from the Engineer upon payment of $150.00 In accordance with R.S. 38:2212(D), deposits on the first set of documents furnished to bona fide prime bidders will be fully refunded upon return of the documents, deposits on any additional sets will be refunded less the actual costs of reproduction. Refunds will be made upon return of the documents if within ten days after receipt of bids.</div> <div style="text-align: justify;">Bid documents are also posted on https://www.centralauctionhouse.com/rfpc10120-port-of-iberia.html. To view these, download, and receive bid notices by e-mail, you must register with Central Auction House (CAH). Vendors/Contractors have the option to submit their bids electronically or by paper copy. For information about the electronic submittal process, contact Central Auction House at 225-810-4814.</div> <div style="text-align: justify;">Site inspection trips for perspective Bidders are to be arranged through the office of the Engineer. A non-mandatory pre-bid meeting will be held on Thursday, February 20, 2025, at 1:00 pm at the office of the Port of Iberia (POI) District Board of Commissioners at the POI Port Administration Offices located at 4611 South Lewis St., New Iberia, LA 70562.</div> <div style="text-align: justify;">The award of a contract, if awarded, will be made to the lowest qualified bidder whose proposal complies with all requirements prescribed within 45 calendar days after opening proposals. However, when the contract is to be financed by bonds which are required to be sold after receipts of bids, or when the contract is to be financed in whole or part by federal or other funds not available at the time bids are received, the time will not start until receipt of federal and/or state concurrence or concurrence of the other funding source. Award will be within 30 calendar days after the sale of bonds or receipt of concurrence in award from federal and/or state agency or other funding source. The successful bidder will be notified by letter mailed to the address shown in the proposal that the bidder is awarded the contract.</div> <br />The award of a contract for projects financed either partially or entirely with State bonds will be contingent on approval by the State Bond Commission.<br /> <br />On projects involving federal funds the award of contract will also be contingent upon concurrence by the appropriate federal agency.<br /> <br />On projects involving state funds the award of contract will also be contingent upon concurrence by the appropriate state agency.<br /> <br />The right is reserved to reject bids and waive informalities.<br /> <br /> <br />Craig F. Romero, Executive Director<br />Port of Iberia District
https://www.centralauctionhouse.com/rfp20685643-agmac-channel-dredging-phase-i--part-2.html
12-Feb-2025 12:00:00 AM CST |
11-Mar-2025 12:00:00 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 |
Lincoln Parish Police Jury |
Equipment Invitation for Bid
|
INVITATION FOR BIDS<br /> <br />Sealed bids will be received by the Police Jury of Lincoln Parish until Friday, February 28, 2025 at 9:00 AM at its office in the Courthouse, Ruston, Louisiana, for:<br /> <br />ITEM 1: 12-14 Yard Dump Truck<br />ITEM 2: Shoulder Paver<br />ITEM 3: Pavement Lay Down Machine<br />ITEM 4: Boom Collection Truck<br /> <br />Only bids submitted on Bid Forms will be accepted. Bid Forms and Specifications may be obtained from the office of the Lincoln Parish Police Jury, 100 West Texas Ave 3rd Floor, Ruston, Louisiana 71270. Bids can also be submitted electronically at https://www.centralauctionhouse.com/<br /> <br />The Police Jury reserves the right to reject any or all bids for just cause.<br /> <br />Lincoln Parish Police Jury<br />Jeri Lynn Webb<br />Purchasing Officer<br /><br />
https://www.centralauctionhouse.com/rfp62868841-equipment-invitation-for-bid.html
12-Feb-2025 12:00:00 AM CST |
28-Feb-2025 9:00:00 AM CST |
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 |
City of Alexandria |
Bid# 2509 Janitorial Supplies
|
It is the intent of the City of Alexandria to secure pricing on JANITORIAL SUPPPLIES – TWELVE (12) MONTH PERIOD. Said material to be inventoried by the Central Warehouse Department and issued on an “as needed” basis. Quantities given are estimated and not guaranteed. Bids are to remain in effect for a period of twelve months from bid award date.
https://www.centralauctionhouse.com/rfp75012218-bid-2509-janitorial-supplies.html
12-Feb-2025 12:00:00 AM CST |
25-Mar-2025 10:00:00 AM CDT |
Diocese of Lake Charles |
Roof Repairs for OLQH Gym, Classroom & Fine Arts
|
The Work includes reroofing of existing buildings.<br />a. Install new standing seam and retrofit framing system over existing metal roof. <br />b. Replacement of damaged gutters and downspouts.
https://www.centralauctionhouse.com/rfp69078987-roof-repairs-for-olqh-gym-classroom-fine-arts.html
12-Feb-2025 12:00:00 AM CST |
12-Mar-2025 2:00:00 PM CDT |
Red River, Atchafalaya, and Bayou Boeuf Levee District |
Two (2) New Tandem Diesel Trucks with 12-14 Cubic Yard Dump Bed
|
NOTICE TO BIDDERS<br /> <br /> <br />The Board of Commissioners of the Red River, Atchafalaya & Bayou Boeuf Levee District will receive sealed bids at 10 Calvert Drive, Alexandria, LA 71303 until 10:00 a.m CST Monday, March 3, 2025, for:<br /> <br />Two (2) New Tandem Diesel Trucks with 12-14 Cubic Yard Dump Bed<br /> <br />at which time bids shall be publicly opened and read aloud.<br /> <br />All bids shall be submitted in sealed envelopes by the vendor and marked to indicate the above item bid. Detailed specifications and proposal forms can be obtained from the Levee District office located at 10 Calvert Drive, Alexandria LA 71303 between the hours of 8:00 a.m. and 4:30 p.m., or by calling 318-443-9646, except holidays or by electronic bid at www.centralauctionhouse.com.<br /> <br />The specifications are used only to denote the quality standard of product desired and do not necessarily restrict bidders to a specific brand, manufacturer, or named specification. The specifications are used only to set forth and convey to prospective bidders the general style, type, character, and quality of the product desired. Equivalent or better products will be acceptable.<br /> <br />Prospective bidders must have a dealer certified mechanic shop capable of providing all warranty, parts and service requirements within the levee district territory as a pre-requisite to bidding.<br /> <br />No bid bond is required for this project.<br /> <br />No bidder may withdraw his bid for at least (30) days after the time scheduled for the opening of bids.<br /> <br />The Red River, Atchafalaya & Bayou Bouef Levee District reserves the right to reject any and all bids or to accept any bid(s), which in the opinion of the Levee District will be in the best interest of the District.<br /> <br />Please contact Ryan Ingles or Ellen Burke at 318-443-9646 or www.rrabb.net for bid sheet and/or for additional information.<br /> <br />Published: The Alexandria Town Talk<br /> Wednesday, February 12, 2025<br /> Wednesday, February 19, 2025<br /> Wednesday, February 26, 2025
https://www.centralauctionhouse.com/rfp6245783-two-2-new-tandem-diesel-trucks-with-12-14-cubic-yard-dump-bed.html
12-Feb-2025 12:00:00 AM CST |
03-Mar-2025 10:00:00 AM CST |
Lincoln Parish School Board |
Lincoln Parish Schools_46 HVAC UNITS _ Simsboro and Ruston Elementary Schools
|
<div style="text-align: center;">NOTICE TO BIDDERS </div> <br />Sealed bids will be received at the Lincoln Parish School Board Maintenance Facility, 701 Mitchell Avenue, Ruston, LA., 71270, until 10:00 a.m., Thursday, February 27th, 2025. Bids will be opened and read aloud at 10:15 a.m., Thursday, February 27th, 2025 at the Lincoln Parish School Board Office, 410 S. Farmerville St., Ruston, LA., 71270, for the following item for Lincoln Parish Schools in accordance with specification:<div style="text-align: center;">Forty Six (46) 4 Ton Classroom HVAC Units</div><p> <br />Please find bid related materials and place electronic bids at www.centralbidding.com. Specifications and bid forms may also be obtained from the Lincoln Parish School Board Maintenance Facility. Bids will be addressed to the Lincoln Parish School Board Maintenance Facility, 701 Mitchell Avenue, Ruston, LA. 71270, clearly marked and highlighted<br /><b>“BID NO. 014012 (46) HVAC UNITS”.</b><br /> <br /> </p><p> _____________________________<br /> Ricky Durrett, Superintendent<br /> Lincoln Parish Schools</p>
https://www.centralauctionhouse.com/rfp17553353-lincoln-parish-schools_46-hvac-units-_-simsboro-and-ruston-elementary-schools.html
11-Feb-2025 6:00:00 PM CST |
27-Feb-2025 10:00:00 AM CST |
Lafayette Consolidated Government |
Training Room Renovations-LPD
|
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., Tuesday, February 25, 2025 for the following:<br />TRAINING ROOM RENOVATION – LPD<br />The Lafayette Police Department (LPD) is renovating its training room to create a state-of-the-art integrated learning environment. LPD’s renovation requires the purchase, delivery, and installation of specialized furniture items and certain audio visual (AV) equipment (Electronics).<br /> <br />Copies of the RFQ packet including quote forms, specifications, and conditions are available from Matthew Broussard at the office of Purchasing & Property Management located at 705 West University Avenue, P. O. Box 4017-C, Lafayette, LA 70502, telephone number 337?291?8088; email
[email protected]. The RFQ can be emailed on PDF format to any interested vendors. The RFQ packet will be available until twenty-four hours before the quote opening date.<br />Quotes will be evaluated by the Purchasers based on the lowest responsible quote submitted which is also on compliance with the specifications. The Lafayette Consolidated Government reserves the right to reject any and all quotes or any portions thereof, to waive informalities and to select the material that best suits its needs.<br /> <br />Please submit quotations on the quote forms attached to the RFQ packet. You may back this up with your usual quote format if you wish. Quoters must complete the vendor information sections in order for quotation to be considered and evaluated and information shown must be as you want it to appear on a purchase order (if award is made to your company).<br /> <br />The successful vendor shall be required to furnish the attached certificate of insurance, including Item I, II, V, and VII ($500,000 limits), complete for approval by the Lafayette City-Parish Consolidated Government Risk Management Division. These requirements include General Liability with $500,000 limits and Lafayette Consolidated Government listed as Additional Insured, and Workman’s Comp with $500,000 limits and a Waiver of Subrogation.<br />It is suggested that you speak with your insurance agent prior to submitting a quote concerning the insurance and endorsements required by these specifications, as there could be additional premiums associated with this requirement.<br />The Lafayette Consolidated Government strongly encourages the participation of DBEs (Disadvantaged Business Enterprises) in all contracts or procurements let by the Lafayette Consolidated Government for goods and services and labor and material. To that end, all contractors and suppliers are encouraged to utilize DBEs in the purchase or sub-contracting of materials, supplies, services and labor and material in which disadvantaged businesses are available. Assistance in identifying said businesses may be obtained by calling 337-291-8410.<br /> <br />Quotations may be:<br />E-mailed to
[email protected]<br />Hand-carried to Matthew Broussard, Purchasing Division, 705 W. University Avenue, Lafayette, LA 70506<br />Returned by mail to Attention Matthew Broussard, Purchasing Division, PO Box 4017-C, Lafayette, LA 70502 or<br />Faxed to the attention of Matthew Broussard, Purchasing Division at 337-291-8269Questions regarding submitting this quote may be directed to Matthew Broussard at 337-291-8088.<br />
https://www.centralauctionhouse.com/rfp76683906-training-room-renovations-lpd.html
11-Feb-2025 12:00:00 PM CST |
25-Feb-2025 10:00:00 AM CST |
City of Baton Rouge - Parish of East Baton Rouge |
A25-0502 BLUE PRINT SERVICES & SUPPLIES
|
NOTICE TO BIDDERS<br />Electronic or sealed bids will be received by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division, 222 Saint Louis Street, 8th Floor, Room 826, Baton Rouge, La. until 11:00 A.M., February 27, 2025 for the following:<br /> <br />A25-0502 BLUE PRINT SERVICES AND SUPPLIES<br /> <br />Bids shall be received electronically via www.centralauctionhouse.com or on the solicitation bid forms furnished by the City of Baton Rouge and Parish of East Baton Rouge.<br /> <br />Electronic bids for the solicitation will be downloaded by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division. Electronic bids must be submitted through www.centralauctionhouse.com prior to the bidding deadline. Beginning as soon as feasible after the bid closing time all electronic bids will be downloaded and publicly read aloud along with all paper bids received, if any, in Room 806 immediately after the 11:00 a.m. bid closing. Bidders or their authorized representatives are invited to be present.<br /> <br />Note: The City-Parish has elected to use LaPAC, the state's online electronic bid posting and notification system, in addition to its standard means of advertising this requirement. This Invitation to Bid is available in electronic form at the LaPAC website https://wwwcfprd.doa.louisiana.gov/osp/lapac/dspBid.cfm?search=department&term=102.<br /> <br />Bids, amendments to bids or request for withdrawal of bids received after time specified for bid openings shall not be considered for any cause whatsoever.<br /> <br />Inquiries will be received up until 5 pm CST, on February 20, 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 />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/rfp35159047-a25-0502-blue-print-services-supplies.html
11-Feb-2025 11:00:00 AM CST |
27-Feb-2025 11:00:00 AM CST |
City of Baton Rouge - Parish of East Baton Rouge |
A25-20086 FIRE DEPARTMENT UNIFORMS
|
<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 27, 2025, for the following:<br /> <br />A25-20086 fire department uniforms<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 20, 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 />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 /> <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/rfp34678111-a25-20086-fire-department-uniforms.html
11-Feb-2025 11:00:00 AM CST |
27-Feb-2025 11:00:00 AM CST |
Plaquemines Parish Government |
25-84 Vacuum Truck
|
Please see attched Specs
https://www.centralauctionhouse.com/rfp29414458-25-84-vacuum-truck.html
11-Feb-2025 12:00:00 AM CST |
27-Feb-2025 10:00:00 AM CST |
Lafayette Consolidated Government |
Triflex Mower-VMSS
|
REQUEST FOR QUOTATIONS (RFQ)<br />Lafayette Consolidated Government<br /> <br />Notice is hereby given that quotes will be received in the Office of Purchasing Manager, at the Lafayette Consolidated Government Building, located at 705 West University Avenue, Lafayette, Louisiana 70506, until 10:00 a.m., Monday, February 24, 2025 for the following:<br /> <br />TRIFLEX MOWER – VMSS<br /> <br /> <br />Copies of the RFQ packet including quote forms, specifications, and conditions are available from Matthew Broussard at the office of Purchasing & Property Management located at 705 West University Avenue, P. O. Box 4017-C, Lafayette, LA 70502, telephone number 337?291?8088; email
[email protected]. The RFQ can be emailed on PDF format to any interested vendors. The RFQ packet will be available until twenty-four hours before the quote opening date.<br />Quotes will be evaluated by the Purchasers based on the lowest responsible quote submitted which is also on compliance with the specifications. The Lafayette Consolidated Government reserves the right to reject any and all quotes or any portions thereof, to waive informalities and to select the material that best suits its needs.<br /> <br />Please submit quotations on the quote forms attached to the RFQ packet. You may back this up with your usual quote format if you wish. Quoters must complete the vendor information sections in order for quotation to be considered and evaluated and information shown must be as you want it to appear on a purchase order (if award is made to your company).<br /> <br />The successful vendor shall be required to furnish the attached certificate of insurance, including Item I, II, V, and VII ($500,000 limits), complete for approval by the Lafayette City-Parish Consolidated Government Risk Management Division. These requirements include General Liability with $500,000 limits and Lafayette Consolidated Government listed as Additional Insured, and Workman’s Comp with $500,000 limits and a Waiver of Subrogation.<br />It is suggested that you speak with your insurance agent prior to submitting a quote concerning the insurance and endorsements required by these specifications, as there could be additional premiums associated with this requirement.<br />The Lafayette Consolidated Government strongly encourages the participation of DBEs (Disadvantaged Business Enterprises) in all contracts or procurements let by the Lafayette Consolidated Government for goods and services and labor and material. To that end, all contractors and suppliers are encouraged to utilize DBEs in the purchase or sub-contracting of materials, supplies, services and labor and material in which disadvantaged businesses are available. Assistance in identifying said businesses may be obtained by calling 337-291-8410.<br /> <br />Quotations may be:<br />E-mailed to
[email protected]<br />Hand-carried to Matthew Broussard, Purchasing Division, 705 W. University Avenue, Lafayette, LA 70506<br />Returned by mail to Attention Matthew Broussard, Purchasing Division, PO Box 4017-C, Lafayette, LA 70502 or<br />Faxed to the attention of Matthew Broussard, Purchasing Division at 337-291-8269Questions regarding submitting this quote may be directed to Matthew Broussard at 337-291-8088.<br />
https://www.centralauctionhouse.com/rfp69599425-triflex-mower-vmss.html
10-Feb-2025 4:30:00 PM CST |
25-Feb-2025 10:00:00 AM CST |
Capital Area Human Services District |
Revenue Cycle Management/Billing Services
|
CAHSD is conducting a fair and impartial competitive procurement process to solicit proposals in order to meet the following goal: Provide a comprehensive Revenue Cycle Management/Billing Service system that covers the entire life span of the outpatient clinic clients’ engagement from eligibility assessment for services through receipt of payment for the final behavioral health treatment service provided at the CAHSD. Contractor shall perform all activities and functions as it relates to Revenue Cycle Management that are necessary to ensure the following objectives are achieved: 1. Timely and accurate filing and/or refiling a claim (claim processing time 2 to 7 days of service and/or rejection); 2. First claim submission to the clearinghouse with a 90% Acceptance Rate or better; 3. Error Rate 5% or less; 4. Reduce bad debt percentage and maintain at 5% or more below the national average. Residential/inpatient and private (non-insurance) contracts/grants are excluded from this RFP. The CAHSD reserves the right to negotiate for these services at a later date.
https://www.centralauctionhouse.com/rfp14140950-revenue-cycle-managementbilling-services.html
10-Feb-2025 12:00:00 PM CST |
12-Mar-2025 4:00:00 PM CDT |
EBR Sheriff's Office |
BID #1095 TARGET SYSTEM
|
Range target system
https://www.centralauctionhouse.com/rfp55272690-bid-1095-target-system.html
10-Feb-2025 10:00:00 AM CST |
12-Mar-2025 10:00:00 AM CDT |
Terrebonne Levee and Conservation District |
Reach L Floodwall
|
<i><b>THE BUDGET FOR THIS PROJECT IS $5.4 MILLION</b></i><br /><br />SECTION A<br /> <br />INVITATION TO BIDDERS<br /> <br />Sealed bids will be received on ­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­Tuesday, March 18, 2025 by the Terrebonne Levee and Conservation District (TLCD), at the office of the TLCD, located at; 220A Clendenning Road, Houma, Louisiana 70363 until 10:00 A.M. CST as shown on the TLCD Conference Room Clock at which time sealed bids shall be publicly opened and read. Subsequent to the opening, the bid/bids will be evaluated by the appropriate party/parties and will be presented to the Director for handling in accordance with the Louisiana Public Bid Law.<br /> <br />A mandatory Pre-Bid Conference will be held on Wednesday, February 26, 2025 at 2:00 PM at the office of Terrebonne Levee and Conservation District located at 220-A Clendenning Rd, Houma, LA 70363. All prospective bidders shall be present at the beginning of the pre-bid conference and shall remain in attendance for the duration of the conference. Any prospective bidder who fails to attend the conference or remain for the duration shall be prohibited from submitting a bid for the project.<br /> <br />Each bid shall be either hand delivered by the bidder or his agent in which instance the deliverer shall be handed a written receipt, or such bid shall be sent by registered or certified mail with a return receipt requested, or shall be submitted electronically with Central Auction House (CAH). Bids shall not be accepted or taken, including receiving any hand delivered bids, on days which are recognized as holidays by the United States Postal Service.<br /> <br />The mailing address for bids is: Terrebonne Levee and Conservation District<br />220A Clendenning Road<br /> Houma, Louisiana 70363<br /> <br />No bid received after the scheduled time for opening will be considered. Failure of the U.S. Mail to deliver the bids timely shall not be considered due cause for the scheduled time of the bid opening to be extended.<br /> <br />Official bid documents are posted on http://www.centralauctionhouse.com/ To view these, download, and receive bid notices by e-mail, you must register with Central Auction House (CAH). Vendors/Contractors have the option to submit their bids electronically or by paper copy. For information about the electronic submittal process, contact Ted Fleming with Central Auction House at 1-866-570-9620.<br /> <br />The plans, specifications, and proposal forms will also be available upon request at the office of Angelette Design, LLC, 13379 Highway 3235, Larose, Louisiana 70373, Phone: (985) 798-7700. In accordance with Louisiana Public Bid Law, prime Bidders shall be charged a deposit of $175.00 for one (1) set of Contract Documents and Specifications, and upon return of the complete Contract Documents and Specifications in good condition within 10 days from receipt of Bids, shall be refunded the full deposit.<br /> <br />Project Name: Floodwall Structure for Reach L Pipeline Crossings<br /> Larose, Lafourche Parish, Louisiana<br /> <br /> Project Description: Construction of the project generally consist of clearing, excavation and embankment and other miscellaneous items show on the drawings or herein specified.<br /> <br />Bids received prior to the time of the scheduled bid opening will be securely kept unopened. No bid received after the scheduled time for opening will be considered. Bidders are cautioned to allow ample time for transmittal of bids by mail or otherwise. Bidders are urged to secure information relative to the probable time of arrival and distribution of mail at the place where the bids are to be opened. Failure of the U.S. Mail or of any express carrier or delivery service to deliver the bids timely shall not be considered due cause for the scheduled time of the bid opening to be extended. Bids must be submitted on the Louisiana Uniform Public Works Bid Form furnished with the Bidding Documents. Bid sheets will be issued only to contractors and/or subcontractors licensed in accordance with the provisions of R.S. 37:2150 through 2173 of the Louisiana Legislature. Contractors desiring to bid shall submit their Louisiana Contractor’s License Number as evidence that they hold a license of the proper classification that is in full force and effect. <br /> <br />Contractor Classifications: Heavy Construction, Highway Street & Bridge Construction,<br /> Earthwork Drainage & Levees <br /> <br />If someone other than a corporate officer signs for the Bidder/Contractor, a copy of a corporate resolution or other signature authorization shall be required for submission of bid. Failure to include a copy of the appropriate signature authorization will result in the rejection of the bid unless bidder has complied with LA R.S. 38:22:12(B)(5).<br /> <br />All proposals must be accompanied by a Certified Check, Cashier's Check or Bid Bond in the amount of five (5%) percent of the amount of the proposal made payable to the Terrebonne Levee & Conservation District. Failure to do so will result in the bid/bids being declared nonresponsive and shall be cause for rejection. If a bid bond is provided it shall be on the attached form and only on the attached form.<br /> <br />A Bid will be considered responsive if it conforms in all respects with the conditions and requirements of the Bidding Documents.In order to be considered responsive, the Louisiana Uniform Public Works Bid Form must; (a) be fully completed, signed and be responsive in all respects to the Bidding Documents; (b) be made on the Bid Forms provided and submitted intact.<br /> <br />Successful bidders must register with the Terrebonne Parish Sales and Use Tax Department for use tax purposes.<br /> <br />The Terrebonne Levee and Conservation District (TLCD) reserves the right to reject any and all bids in accordance with Louisiana State Bid Law.<br /> <br /> <br />Angela Hidalgo<br />Executive Director<br />Terrebonne Levee and Conservation District<br /> <br /><br />
https://www.centralauctionhouse.com/rfp38355383-reach-l-floodwall-.html
10-Feb-2025 10:00:00 AM CST |
18-Mar-2025 10:00:00 AM CDT |
St. John the Baptist Parish Government |
Quote 2025.02 Regala Park Flag Football Field
|
Quote 2025.02 Regala Park Flag Football Field
https://www.centralauctionhouse.com/rfp69581861-quote-202502-regala-park-flag-football-field.html
10-Feb-2025 8:00:00 AM CST |
27-Feb-2025 9:45:00 AM CST |
City of Baton Rouge - Parish of East Baton Rouge |
BIOHAZARDOUS WASTE PICK-UPS & DISPOSAL
|
NOTICE TO BIDDERS<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 />A25-94893 BIOHAZARDOUS WAST PICK UP DISPOSAL<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 />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. 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 />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 />Inquiries will be received up until 5 pm on February 18, 2025.<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 />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 />Join by phone<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 />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 />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/rfp56830425-biohazardous-waste-pick-ups-disposal.html
10-Feb-2025 12:00:00 AM CST |
25-Feb-2025 11:00:00 AM CST |
New Orleans Ernest N. Morial Convention Center |
C-2112 Procurement of Stage Risers
|
<u><b>Information </b></u><br />The Ernest N. Morial New Orleans Exhibition Hall Authority (“the Authority”) is a political subdivision of the State of Louisiana which owns the New Orleans Ernest N. Morial Convention Center is issuing a solicitation for C-2112 Procurement of Stage Risers as described in the bid documents and related exhibits. Response to this procurement does not guarantee a contract. <br /><br /><u><b>How to Obtain Documents</b></u><br />Specifications and Bid documents may be obtained online at Central Bidding - Morial Convention Center or by contacting the Contracts Department at (504) 582-3562. Bidders may obtain specifications and Bid documents from Contracts Department by email (
[email protected]).<br /><br /><u><b>Response Requirements</b></u><br />All proposals are due by 11:00 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/rfp26430604-c-2112-procurement-of-stage-risers.html
10-Feb-2025 12:00:00 AM CST |
28-Feb-2025 11:00:00 AM CST |
Vernon Parish Police Jury |
Materials & Supplies Bid
|
Notice is hereby given that the Vernon Parish Police Jury, PO Box 1548, Leesville, Louisiana, 71496, will receive sealed bids until Wednesday, February 26, 2025 at 10 a.m. Bids will be publicly opened and read aloud; bids received after specified closing time will not be accepted. All interested parties are welcome at bid opening. The Vernon Parish Police Jury reserves the right to reject any or all bids for just cause, in accordance with R.S. 38:2212 & 2214.<br /> <br />IMPORTANT: BID ENVELOPE MUST BE MARKED WITH COMPANY NAME, ITEM BEING BID, DATE, AND TIME OF BID OPENING, AND CONTRACTOR’S LICENSE NUMBER (if applicable).<br /> <br />Mailing Address: VPPJ, PO Box 1548, Leesville, LA 71496<br /> <br />Physical Address: VPPJ, 300 S. 3rd Street, Leesville, LA 71446<br /> <br />For questions: please call 337-238-0324 between the hours of 8 a.m. and 4 p.m., Monday – Friday.<br /> <br />Bid specifications, for any item listed below, may be obtained at the Vernon Parish Police Jury, 300 S. 3rd Street, Leesville, Louisiana 71446, by calling 337.238.0324, or by emailing
[email protected].<br /> <br />Bid specifications may be viewed online and bids may be submitted online at www.centralbidding.com.<br />
https://www.centralauctionhouse.com/rfp69007480-materials-supplies-bid.html
09-Feb-2025 6:00:00 PM CST |
26-Feb-2025 10:00:00 AM CST |
Lafayette Consolidated Government |
Legacy Park Poured In Place Surfacing-PARC P&M
|
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., Friday, February 21, 2025 for the following:<br /> <br />LEGACY PARK POURED-IN PLACE SURFACING – PARC P&M<br /> <br />Copies of the RFQ packet including quote forms, specifications, and conditions are available from Matthew Broussard at the office of Purchasing & Property Management located at 705 West University Avenue, P. O. Box 4017-C, Lafayette, LA 70502, telephone number 337?291?8088; email
[email protected]. The RFQ can be emailed on PDF format to any interested vendors. The RFQ packet will be available until twenty-four hours before the quote opening date.<br />Quotes will be evaluated by the Purchasers based on the lowest responsible quote submitted which is also on compliance with the specifications. The Lafayette Consolidated Government reserves the right to reject any and all quotes or any portions thereof, to waive informalities and to select the material that best suits its needs.<br /> <br />Please submit quotations on the quote forms attached to the RFQ packet. You may back this up with your usual quote format if you wish. Quoters must complete the vendor information sections in order for quotation to be considered and evaluated and information shown must be as you want it to appear on a purchase order (if award is made to your company).<br /> <br />The successful vendor shall be required to furnish the attached certificate of insurance, including Item I, II, V, and VII ($500,000 limits), complete for approval by the Lafayette City-Parish Consolidated Government Risk Management Division. These requirements include General Liability with $500,000 limits and Lafayette Consolidated Government listed as Additional Insured, and Workman’s Comp with $500,000 limits and a Waiver of Subrogation.<br />It is suggested that you speak with your insurance agent prior to submitting a quote concerning the insurance and endorsements required by these specifications, as there could be additional premiums associated with this requirement.<br />The Lafayette Consolidated Government strongly encourages the participation of DBEs (Disadvantaged Business Enterprises) in all contracts or procurements let by the Lafayette Consolidated Government for goods and services and labor and material. To that end, all contractors and suppliers are encouraged to utilize DBEs in the purchase or sub-contracting of materials, supplies, services and labor and material in which disadvantaged businesses are available. Assistance in identifying said businesses may be obtained by calling 337-291-8410.<br /> <br />Quotations may be:<br />E-mailed to
[email protected]<br />Hand-carried to Matthew Broussard, Purchasing Division, 705 W. University Avenue, Lafayette, LA 70506<br />Returned by mail to Attention Matthew Broussard, Purchasing Division, PO Box 4017-C, Lafayette, LA 70502 or<br />Faxed to the attention of Matthew Broussard, Purchasing Division at 337-291-8269Questions regarding submitting this quote may be directed to Matthew Broussard at 337-291-8088.<br />
https://www.centralauctionhouse.com/rfp58986460-legacy-park-poured-in-place-surfacing-parc-pm.html
07-Feb-2025 4:00:00 PM CST |
05-Mar-2025 5:00:00 PM CST |
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 |
City of Baton Rouge - Parish of East Baton Rouge |
SUPPLEMENTAL PARISHWIDE SEWER REPAIR AND REPLACEMENT PROJECT (CITY PARISH PROJECT NO. 25-PN-MS-0001)
|
To be published three times-Legal February 7, 14 & 21, 2025 THE ADVOCATE BATON ROUGE, LOUISIANA NOTICE TO CONTRACTORS The City of Baton Rouge and Parish of East Baton Rouge will receive electronic or paper bids for the construction of the following project: SUPPLEMENTAL PARISHWIDE SEWER REPAIR AND REPLACEMENT PROJECT (CITY PARISH PROJECT NO. 25-PN-MS-0001) PROJECT DESCRIPTION: Rehabilitation of existing gravity sewer lines by open excavation throughout the parish. Electronic or Sealed bids will be received until 2:00 p.m. Local Time, TUESDAY, March 11, 2025, by the Purchasing Division, Room 826, City Hall, 222 Saint Louis Street, Baton Rouge, Louisiana 70802. No bids will be received after 2:00 p.m. on the same day and date. Bid Openings can be observed in person or via teleconference. Teleconference Call-in Information Join by phone: +1-408-418-9388 United States Toll Access code: 263 373 080 (followed by the # button) Alternate numbers to call if number above is not available, which may occur due to network traffic (use the same Access Code, followed by the # button): United States Toll (Boston) +1-617-315-0704 United States Toll (Chicago) +1-312-535-8110 United States Toll (Dallas) +1-469-210-7159 United States Toll (Denver) +1-720-650-7664 United States Toll (Jacksonville) +1-904-900-2303 United States Toll (Los Angeles) +1-213-306-3065 Electronic bids and electronic bid bonds for the solicitation will be downloaded by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division. Beginning as soon as feasible after the bid closing time all electronic bids will be downloaded and publicly read aloud along with all paper bids received, if any, in Room 806 of City Hall immediately after the 2:00 p.m. bid closing. Bids, amendments to bids, or request for withdrawal of quotations, received after time specified for bid opening shall not be considered for any cause whatsoever. Bids shall be firm for a period of forty five (45) days from the date of the opening of bids and no bid shall be withdrawn for any reason during this period of time except as allowed per R.S. 38:2214.C. Official Bid Documents are available at Central Bidding (www.centralbidding.com). Electronic Bids may be submitted at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding process, please call Central Bidding at (225) 810-4814. Paper copies of the plans, specifications and contract documents are on file and may be obtained from the Environmental Services Department, Sewer Division, located at 12422 Florida Boulevard, Baton Rouge, 70815, upon payment of $100.00. (Make checks payable to the City of Baton Rouge and Parish of East Baton Rouge.) Fees for plans, specifications and contract documents are to cover the cost of reproduction and are non-refundable in accordance with Louisiana Revised Statutes. A Certified Check or Cashier's Check, payable to the Parish of East Baton Rouge or a satisfactory Bid Bond executed by the Bidder and an acceptable surety, in an amount equal to five percent (5%) of the total bid, shall be submitted with each bid. Bids shall be received electronically via www.centralbidding.com or on solicitation bid forms furnished by the City of Baton Rouge and Parish East Baton Rouge, and only those bids shall be received by the City-Parish which are submitted by those Contractors in whose names the solicitation bid forms and/or specifications were issued. In no event shall paper solicitation forms be issued later than twenty-four (24) hours prior to the hour and date set for receiving proposals. The City of Baton Rouge and Parish of East Baton Rouge has established a Socially and Economically Disadvantaged Business Enterprise (SEDBE) program in accordance with Revised Statute RS 33:2233.4. It is the policy of the Parish to ensure that Eligible Business Enterprises EBE’s, certified in accordance with the Parish program, have an equal opportunity to receive and participate in parish contracts. For this project the EBR Parish Purchasing office has directed a review of the scope of work and has established a minimum EBE goal of 9% of the contract amount. All Bidders shall achieve this goal or demonstrate good faith efforts to achieve the goal. Good faith efforts include meeting this EBE goal or providing documentation demonstrating that the Bidder made sufficient good faith efforts in attempting to meet this goal. Only EBE firms certified under the Parish SEDBE Certification Program at the time of submittal of the bid will count toward this EBE goal. To be considered responsive, the apparent low bidder must submit EBE Forms 1, 1A, and 2, and Letters of EBE Certification, as appropriate within 10 days after bid opening. All Contractors bidding on this work shall comply with all provisions of the State Licensing Law for Contractors, R.S. 37:2150-2163, as amended, for all public contracts. It shall also be the responsibility of the General Contractor to assure that all subcontractors comply with this law. If required for bidding, Contractors must hold an active license issued by the Louisiana State Licensing Board for Contractors in the classification of MUNICPAL AND PUBLIC WORKS CONSTRUCTION and must show their license number on the face of the bid envelope and the Uniform Public Works Bid Form. In accordance with La. R.S. 38:2214 (B) the City of Baton Rouge and Parish of East Baton Rouge reserves the right to reject any and all bids for just cause. In accordance with La. R.S. 38:2212 (A)(1)(b), the provisions and requirements of this Section, those stated in the advertisement for bids, and those required on the bid form, shall not be considered as informalities and shall not be waived by any public entity. Bidders must comply with the SEDBE Program. Copies of SEDBE Program documents are available upon request from City of Baton Rouge and Parish of East Baton Rouge (“City-Parish”) Purchasing Division, 222 St. Louis Street, 8th Floor, Room 826, Baton Rouge, LA 70802. For questions or clarification about the Program, please contact the SEDBE Liaison Officer at the Purchasing Division, at (225) 389-3259. A mandatory pre-bid conference will be held at 10:00 A.M., Wednesday, February 19th, 2025, in the Environmental Services Facility, 12422 Florida Boulevard, First Floor Conference Room, Baton Rouge, LA 70815. For additional information please contact Mr. Koby Mancuso, P.E, Project Manager via email at
[email protected].
https://www.centralauctionhouse.com/rfp61892250-supplemental-parishwide-sewer-repair-and-replacement-project-city-parish-project-no-25-pn-ms-0001.html
07-Feb-2025 8:00:00 AM CST |
11-Mar-2025 2:00:00 PM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
LANCASTER AVE. SIDEWALKS PROJECT (HOLLYWOOD ST. – GREENWELL ST.) CITY PARISH PROJECT NO. 23-EN-HC-0025
|
To be published three times-Legal February 7, 14, & 21, 2025 THE ADVOCATE BATON ROUGE, LOUISIANA NOTICE TO CONTRACTORS The City of Baton Rouge and Parish of East Baton Rouge will receive electronic or paper bids for the construction of the following project: LANCASTER AVE. SIDEWALKS PROJECT (HOLLYWOOD ST. – GREENWELL ST.) CITY PARISH PROJECT NO. 23-EN-HC-0025 PROJECT DESCRIPTION: Portland cement concrete sidewalk, ADA ramps, driveways, striping, concrete curb, and related items of work. Electronic or Sealed bids will be received until 2:00 p.m. Local Time, THURSDAY, MARCH 13, 2025, by the Purchasing Division, Room 826, City Hall, 222 Saint Louis Street, Baton Rouge, Louisiana 70802. No bids will be received after 2:00 p.m. on the same day and date. Bid Openings can be observed in person or via teleconference. Teleconference Call-in Information Join by phone +1-408-418-9388 United States Toll Access code: 263 373 080 (followed by the # button) Alternate numbers to call if number above is not available, which may occur due to network traffic (use the same Access Code, followed by the # button): United States Toll (Boston) +1-617-315-0704 United States Toll (Chicago) +1-312-535-8110 United States Toll (Dallas) +1-469-210-7159 United States Toll (Denver) +1-720-650-7664 United States Toll (Jacksonville) +1-904-900-2303 United States Toll (Los Angeles) +1-213-306-3065 Electronic bids and electronic bid bonds for the solicitation will be downloaded by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division. Beginning as soon as feasible after the bid closing time all electronic bids will be downloaded and publicly read aloud along with all paper bids received, if any, in Room 806 of City Hall immediately after the 2:00 p.m. bid closing. Bids, amendments to bids, or request for withdrawal of quotations, received after time specified for bid opening shall not be considered for any cause whatsoever. Bids shall be firm for a period of forty five (45) days from the date of the opening of bids and no bid shall be withdrawn for any reason during this period of time except as allowed per R.S. 38:2214.C. Official Bid Documents are available at Central Bidding (www.centralbidding.com). Electronic Bids may be submitted at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding Form Revised to include EBE requirements May 25, 2023 NC 1 of 2 process, please call Central Bidding at (225) 810-4814. Paper copies of the plans, specifications and contract documents are on file and may be obtained from the Public Works and Planning Center located at 1100 Laurel St., Engineering Division, Room 137 or Post Office Box 1471, Baton Rouge, Louisiana 70821, upon payment of $20.00. (Make checks payable to the City of Baton Rouge and Parish of East Baton Rouge.) Fees for plans, specifications and contract documents are to cover the cost of reproduction and are non-refundable in accordance with Louisiana Revised Statutes. A Certified Check or Cashier's Check, payable to the Parish of East Baton Rouge or a satisfactory Bid Bond executed by the Bidder and an acceptable surety, in an amount equal to five percent (5%) of the total bid, shall be submitted with each bid. Bids shall be received electronically via www.centralbidding.com or on solicitation bid forms furnished by the City of Baton Rouge and Parish East Baton Rouge, and only those bids shall be received by the City-Parish which are submitted by those Contractors in whose names the solicitation bid forms and/or specifications were issued. In no event shall paper solicitation forms be issued later than twenty-four (24) hours prior to the hour and date set for receiving proposals. The City of Baton Rouge and Parish of East Baton Rouge has established a Socially and Economically Disadvantaged Business Enterprise (SEDBE) program in accordance with Revised Statute RS 33:2233.4. It is the policy of the Parish to ensure that Eligible Business Enterprises EBE’s, certified in accordance with the Parish program, have an equal opportunity to receive and participate in parish contracts. For this project the EBR Parish Purchasing office has directed a review of the scope of work and has established a minimum EBE goal of 13% of the contract amount. All Bidders shall achieve this goal or demonstrate good faith efforts to achieve the goal. Good faith efforts include meeting this EBE goal or providing documentation demonstrating that the Bidder made sufficient good faith efforts in attempting to meet this goal. Only EBE firms certified under the Parish SEDBE Certification Program at the time of submittal of the bid will count toward this EBE goal. To be considered responsive, the apparent low bidder must submit EBE Forms 1, 1A, and 2, and Letters of EBE Certification, as appropriate within 10 days after bid opening. All Contractors bidding on this work shall comply with all provisions of the State Licensing Law for Contractors, R.S. 37:2150-2163, as amended, for all public contracts. It shall also be the responsibility of the General Contractor to assure that all subcontractors comply with this law. If required for bidding, Contractors must hold an active license issued by the Louisiana State Licensing Board for Contractors in the classification of HIGHWAY, STREET, AND BRIDGE CONSTRUCTION, and must show their license number on the face of the bid envelope and the Uniform Public Works Bid Form. In accordance with La. R.S. 38:2214 (B) the City of Baton Rouge and Parish of East Baton Rouge reserves the right to reject any and all bids for just cause. In accordance with La. R.S. 38:2212 (A)(1)(b), the provisions and requirements of this Section, those stated in the advertisement for bids, and those required on the bid form, shall not be considered as informalities and shall not be waived by any public entity. Bidders must comply with the SEDBE Program. Copies of SEDBE Program documents are available upon request from City of Baton Rouge and Parish of East Baton Rouge (“City-Parish”) Purchasing Division, 222 St. Louis Street, 8th Floor, Room 826, Baton Rouge, LA 70802. For questions or clarification about the Program, please contact the SEDBE Liaison Officer at the Purchasing Division, at (225) 389-3259. There will be no pre-bid conference. For additional information please contact Mr. Henok Abebe, Project Manager at (937) 251-7138 or email at
[email protected] or Mr. George Chike, P.E., Project Manager at (225) 389-3186 x5640 or email at
[email protected].
https://www.centralauctionhouse.com/rfp88171588-lancaster-ave-sidewalks-project-hollywood-st-greenwell-st-city-parish-project-no-23-en-hc-0025.html
07-Feb-2025 8:00:00 AM CST |
13-Mar-2025 2:00:00 PM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
POLLARD PARKWAY SIDEWALKS PROJECT (PERKINS RD. – WOODCHASE BLVD.) (CITY PARISH PROJECT NO. 23-EN-HC-0026)
|
To be published three times-Legal February 7, 14, & 21, 2025 THE ADVOCATE BATON ROUGE, LOUISIANA NOTICE TO CONTRACTORS The City of Baton Rouge and Parish of East Baton Rouge will receive electronic or paper bids for the construction of the following project: POLLARD PARKWAY SIDEWALKS PROJECT (PERKINS RD. – WOODCHASE BLVD.) (CITY PARISH PROJECT NO. 23-EN-HC-0026) PROJECT DESCRIPTION: Pervious concrete sidewalks, ADA ramps, striping, concrete curb and gutter, and related items of work. Electronic or Sealed bids will be received until 2:00 p.m. Local Time, THURSDAY, MARCH 6, 2025, by the Purchasing Division, Room 826, City Hall, 222 Saint Louis Street, Baton Rouge, Louisiana 70802. No bids will be received after 2:00 p.m. on the same day and date. Bid Openings can be observed in person or via teleconference. Teleconference Call-in Information Join by phone +1-408-418-9388 United States Toll Access code: 263 373 080 (followed by the # button) Alternate numbers to call if number above is not available, which may occur due to network traffic (use the same Access Code, followed by the # button): United States Toll (Boston) +1-617-315-0704 United States Toll (Chicago) +1-312-535-8110 United States Toll (Dallas) +1-469-210-7159 United States Toll (Denver) +1-720-650-7664 United States Toll (Jacksonville) +1-904-900-2303 United States Toll (Los Angeles) +1-213-306-3065 Electronic bids and electronic bid bonds for the solicitation will be downloaded by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division. Beginning as soon as feasible after the bid closing time all electronic bids will be downloaded and publicly read aloud along with all paper bids received, if any, in Room 806 of City Hall immediately after the 2:00 p.m. bid closing. Bids, amendments to bids, or request for withdrawal of quotations, received after time specified for bid opening shall not be considered for any cause whatsoever. Bids shall be firm for a period of forty five (45) days from the date of the opening of bids and no bid shall be withdrawn for any reason during this period of time except as allowed per R.S. 38:2214.C. Official Bid Documents are available at Central Bidding (www.centralbidding.com). Electronic Bids may be submitted at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding process, please call Central Bidding at (225) 810-4814. Paper copies of the plans, specifications and contract documents are on file and may be obtained from the Public Works and Planning Center located at 1100 Laurel St., Engineering Division, Room 137 or Post Office Box 1471, Baton Rouge, Louisiana 70821, upon payment of $20.00. (Make checks payable to the City of Baton Rouge and Parish of East Baton Rouge.) Fees for plans, specifications and contract documents are to cover the cost of reproduction and are non-refundable in accordance with Louisiana Revised Statutes. A Certified Check or Cashier's Check, payable to the Parish of East Baton Rouge or a satisfactory Bid Bond executed by the Bidder and an acceptable surety, in an amount equal to five percent (5%) of the total bid, shall be submitted with each bid. Bids shall be received electronically via www.centralbidding.com or on solicitation bid forms furnished by the City of Baton Rouge and Parish East Baton Rouge, and only those bids shall be received by the CityParish which are submitted by those Contractors in whose names the solicitation bid forms and/or specifications were issued. In no event shall paper solicitation forms be issued later than twenty-four (24) hours prior to the hour and date set for receiving proposals. The City of Baton Rouge and Parish of East Baton Rouge has established a Socially and Economically Disadvantaged Business Enterprise (SEDBE) program in accordance with Revised Statute RS 33:2233.4. It is the policy of the Parish to ensure that Eligible Business Enterprises EBE’s, certified in accordance with the Parish program, have an equal opportunity to receive and participate in parish contracts. For this project the EBR Parish Purchasing office has directed a review of the scope of work and has established a minimum EBE goal of 10% of the contract amount. All Bidders shall achieve this goal or demonstrate good faith efforts to achieve the goal. Good faith efforts include meeting this EBE goal or providing documentation demonstrating that the Bidder made sufficient good faith efforts in attempting to meet this goal. Only EBE firms certified under the Parish SEDBE Certification Program at the time of submittal of the bid will count toward this EBE goal. To be considered responsive, the apparent low bidder must submit EBE Forms 1, 1A, and 2, and Letters of EBE Certification, as appropriate within 10 days after bid opening. All Contractors bidding on this work shall comply with all provisions of the State Licensing Law for Contractors, R.S. 37:2150-2163, as amended, for all public contracts. It shall also be the responsibility of the General Contractor to assure that all subcontractors comply with this law. If required for bidding, Contractors must hold an active license issued by the Louisiana State Licensing Board for Contractors in the classification of HIGHWAY, STREET, AND BRIDGE CONSTRUCTION, and must show their license number on the face of the bid envelope and the Uniform Public Works Bid Form. In accordance with La. R.S. 38:2214 (B) the City of Baton Rouge and Parish of East Baton Rouge reserves the right to reject any and all bids for just cause. In accordance with La. R.S. 38:2212 (A)(1)(b), the provisions and requirements of this Section, those stated in the advertisement for bids, and those required on the bid form, shall not be considered as informalities and shall not be waived by any public entity. Bidders must comply with the SEDBE Program. Copies of SEDBE Program documents are available upon request from City of Baton Rouge and Parish of East Baton Rouge (“City-Parish”) Purchasing Division, 222 St. Louis Street, 8th Floor, Room 826, Baton Rouge, LA 70802. For questions or clarification about the Program, please contact the SEDBE Liaison Officer at the Purchasing Division, at (225) 389-3259. There will be no pre-bid conference. For additional information please contact Mr. Henok Abebe, Project Manager at (937) 251-7138 or email at
[email protected] or Mr. George Chike, P.E., Project Manager at (225) 389-3186 x5640 or email at
[email protected].
https://www.centralauctionhouse.com/rfp88125167-pollard-parkway-sidewalks-project-perkins-rd-woodchase-blvd-city-parish-project-no-23-en-hc-0026.html
07-Feb-2025 8:00:00 AM CST |
06-Mar-2025 2:00:00 PM CST |
City of Alexandria |
RFP 1888P Sale of Surplus Electrical Equipment
|
It is the intent of the City of Alexandria to offer for sale to the highest proposer, Surplus Electrical Equipment owned by the City of Alexandria Electric Distribution Department and no longer needed by the Department. This sale of surplus electrical equipment, is being sold “AS IS” with no warranties by the City either written or implied. It shall be the responsibility of the awarded proposer to furnish all equipment, labor and personnel necessary to remove said surplus equipment from its present location at the Electric Distribution Department, located at 1015 N, Third Street, Alexandria, LA 71301.
https://www.centralauctionhouse.com/rfp58476064-rfp-1888p-sale-of-surplus-electrical-equipment.html
06-Feb-2025 8:15:00 PM CST |
03-Mar-2025 2:00:00 PM CST |
Ouachita Parish School Board |
19-25 WMHS Football Field Renovations and Improvements
|
See Attachments for bid documents
https://www.centralauctionhouse.com/rfp60386810-19-25-wmhs-football-field-renovations-and-improvements.html
06-Feb-2025 2:00:00 PM CST |
10-Mar-2025 2:00:00 PM CDT |
Professional Engineering Consultants (PEC) - Central Bidding Plan Room |
Town of Clinton - Improvements To The Wastewater Treatment Facility - 11795
|
ADVERTISEMENT FOR BIDS<br /> <br /> <br />The Town of Clinton (herein referred to as the "Owner") hereby solicits sealed bids for the Improvements to the Wastewater Treatment Facility project described as follows:<br /> <br />STATEMENT OF WORK: Removal and replacement of wastewater treatment facility floating mechanical aerators and floating curtain baffle.<br /> PEC Project No. 11795.05<br /> <br />Sealed Bids shall be addressed to the Town of Clinton, and delivered to the Town of Clinton, LA c/o Professional Engineering Consultants, 7600 Innovation Park Drive, Baton Rouge, LA 70820 not later than 2:00 pm, on the 11th 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 pm on the 11th day of February, 2025, at the PEC Office located 7600 Innovation Park Drive, Baton Rouge, LA 70820.<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 /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br /> <br />OWNER<br />TOWN OF CLINTON<br /> <br />BY: MARK L. KEMP, MAYOR<br /> <br />PUBLICATION/DATES:<br /> The Watchman<br /> <br /> Wednesday, January 8, 2025<br /> Wednesday, January 15, 2025<br /> Wednesday, January 22, 2025<br />
https://www.centralauctionhouse.com/rfp78314000-town-of-clinton--improvements-to-the-wastewater-treatment-facility--11795.html
06-Feb-2025 10:00:00 AM CST |
25-Feb-2025 2:00:00 PM CST |
Ochsner St. Anne Hospital |
Invitation to Bidders - Ochsner St. Anne - ED Chiller Replacement
|
Ochsner St. Anne<br />Ochsner St. Anne – ED Chiller Replacement<br /> <br />Sealed bids will be received for Ochsner St. Anne – ED Chiller Replacement at: Ochsner St. Anne, Attn: John Babin 4608 LA-1. Raceland, La 70394, PROJECT NUMBER: 2307401 or via Central Auction House. A general description of the project is an existing air-cooled chiller and associated pump is to be demolished and replaced. Existing piping is to be connected to a new chiller and pumps. New Direct Digital controls will replace the existing and controls at the air handling unit and fan coil unit. Existing chilled water piping, and electrical feeds will be modified to accommodate the new equipment. The existing ceilings shall be removed and reinstalled as required for the mechanical and electrical work associated with the project. All required fire alarm and life safety systems are to be connected to the associated existing system. Any walls, windows, doors or other architectural elements damaged because of the project, shall be repaired or replaced like new. The bid date will be Tuesday March 11, 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 20, 2025 at the Ochsner St. Anne Maintenance office, 4608 LA-1. Raceland, La 70394.
https://www.centralauctionhouse.com/rfp88118450-invitation-to-bidders--ochsner-st-anne--ed-chiller-replacement.html
06-Feb-2025 10:00:00 AM CST |
11-Mar-2025 2:00:00 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 |
St. Charles Parish Government |
S230501 River Oaks Lift Station Replacement
|
Owner: St. Charles Parish<br /> <br />Project Title: RIVER OAKS LIFT STATION REPLACEMENT <br /> <br />Project No.: S230501<br /> <br />Principal Work Location: West Bank of the Parish near 430 River Oaks Dr.<br /> <br />Description of Basic Work: 1. Construction of a new duplex submersible sewerage pumping station, complete with pumps, piping, valves, and electrical appurtenances. 2. Construction of interconnecting gravity sewerage and forced sewerage main piping. 3. Roadway restoration. 4. Demolition of the existing pumping equipment and backfilling of the existing steel dry pit structure. 5. Appurtenant civil, structural, mechanical, and electrical construction.<br /> <br /><b>Bids: Separate sealed Bids will be received by the ST. CHARLES PARISH COUNCIL RECORDS OFFICE, Parish of St. Charles, 15045 River Road, Courthouse 3rd Floor, Hahnville, Louisiana, 70057, either by registered or certified mail with return receipt requested, or hand delivered, or electronically submitted at www.centralbidding.com, no later than 11 a.m. local time on March 20, 2025. </b>Promptly thereafter, the bids will be publicly opened and read aloud in the Council Chambers of the St. Charles Parish Court House. The Owner reserves the right to reject any and all Bids in accordance with the Public Bid Law, and to disregard all nonconforming, nonresponsive, unbalanced or conditional Bids.<br /> <br />Bidding Documents: The Bidding Documents (Contract Documents, Specifications and Drawings) are available in Adobe portable document format (.pdf) only to Contractors who are properly licensed in Louisiana or to bona fide suppliers of materials and equipment for purchase and/or review at the office of the Engineer for the contract, Fairway Consulting + Engineering, LLC; 827 W. 22nd Ave., Covington, Louisiana 70433.<br /> <br /><b>Pre?Bid Conference: A Pre?Bid Conference to discuss the scope of the project and the requirements of the Bidding and Contract Documents will be held on February 25, 2025 at 10 a.m. the St. Charles Parish Department of Public Works and Wastewater, 100 River Oaks Dr., Destrehan, Louisiana. Attendance of the Pre-Bid Conference is Non-Mandatory.</b><br /> <br />Each bidder must deposit with his/her bid, security in the amount equal to five percent (5%) of the total bid in the form of a certified check, cashier’s check or bid bond. If the bid is submitted electronically and a certified or cashier’s check is used for bid bond, then the actual check shall be delivered to the ST. CHARLES PARISH COUNCIL RECORDS OFFICE, Parish of St. Charles, 15045 River Road, Courthouse 3rd Floor, Hahnville, Louisiana, 70057. Electronic bids shall contain all the same documents that are required in a physically delivered bid.<br /> <br />The outside of the bid envelope must contain the submitting firm’s name, Louisiana Contractors License Number, the St. Charles Parish Project Number, and the St. Charles Parish Project Title.<br /> <br />St. Charles Parish is an Equal Opportunity Employer. We encourage all small and minority-owned firms and women’s business enterprises to participate in this solicitation.<br /> <br />Any person with disabilities requiring special accommodations must contact the St. Charles Parish Council Office at 985-783-5000 no later than seven (7) days prior to bid opening.<br /> <br /> <br />St. Charles Parish Council<br />Hon. Matthew Jewell, Parish President<br /> <br />Advertisement Source and Dates:<br /> <br />St. Charles Herald Guide<br />St. Charles Parish Website<br />Central Auction House<br />The Daily Journal of Commerce<br />The Times-Picayune/The New Orleans Advocate<br />McGraw-Hill Dodge of Hot Springs<br />Construct Connect<br /> <br />Thursday, February 06, 2025<br />Thursday, February 13, 2025<br />Thursday, February 20, 2025
https://www.centralauctionhouse.com/rfp95810735-s230501-river-oaks-lift-station-replacement-.html
06-Feb-2025 12:00:00 AM CST |
20-Mar-2025 11:00:00 AM CDT |
Livingston Parish Government |
Livingston Parish - Request for Qualifications for Gravity Drainage District 2 Emergency Generators
|
PUBLIC NOTICE<br />INVITIATION FOR CONSULTING ENGINEERING SERVICES<br />Livingston Parish Government invites qualified engineering firms to submit a Statement of Qualifications for the following project:<br />Livingston Parish – Gravity Drainage District – Emergency Backup Generators (5%)<br />DR-4611-0079-LA<br />ENGINNERING FEE: TO BE NEGOTIATED<br /> <br />This project and the procedures for the selection of this firm will be in accordance with all requirements of the Federal Emergency Management Agency’s Hazard Mitigation Assistance (HMA), Housing and Urban Development, Louisiana Office of Community Development, Federal Code of Regulations (2CRF200), the State of Louisiana, and the standard of Livingston Parish. All responses received will be evaluated in accordance with the selection criteria identified in the Request for Qualifications information packet available from the Parish. That information also identifies the scope of services to be performed by the selected firm.<br /> <br />All engineering firms shall also be registered with the Louisiana State Board of Registration for Professional Engineers and Land Surveyors, in accordance with LA RS 37:689. A copy of the current Certificate(s) of Registration shall be attached to each Statement of Qualification. Failure to be registered and in good standing with the aforementioned board will lead to the rejection of qualifications statement. <br /> <br />Livingston Parish Government will award the project to the respondent obtaining the highest recommendation and points based upon a section committee review of the submitted Statement of Qualifications and work references.<br /> <br />Interested firms are invited to secure an informational packet from Livingston Parish Government Grants Department, Heather Crain, Grants Manager, or download an electronic copy of the official Request for Qualifications packet from Central Bidding website: www.centralbidding.com. Only those firms that have responded in accordance with the official RFQ packet for this project obtained from Livingston Parish Government or Central Bidding will be considered by the Livingston Parish Selection Committee. Additionally, the firm selected for this project will be required to include the Parish’s standard contract provisions in its contract for Engineering Services as amended for this project. The overall level and scope of services will be determined by Livingston Parish Government. A fixed sum contract will be negotiated with the selected firm. Responding firms must be prepared to provide an audited overhead rate for the purpose of contract negotiation and determination of cost reasonableness. Any questions or problems related to the download of the RFQ packet should be directed by email to Heather Crain at
[email protected].<br /> <br />The response to this RFQ must be hand delivered to the above-named person at Livingston Parish Government, Grants Department, 20355 Government Blvd., Livingston, LA 70754, (DMV Building – Second Floor) or mailed to the above-named person at P.O. Box 427, Livingston, LA 70754, in such a manner that it is received no later than 3:00 p.m. Thursday, February 27, 2025. Statements of Qualifications that have not been received by the deadline date and time will be rejected.<br /> <br />Livingston Parish Government is an Equal Opportunity Employer. Responding firms are encouraged to utilize minority participation in this contract through the use of disadvantaged and women-owned businesses as suppliers or sub-contractors. Livingston Parish Government encourages submission by DBE, minority, veteran, and/or women owned businesses.<br /> <br />LIVINGSTON PARISH GOVERNMENT<br />RANDY DELATTE<br />PARISH PRESIDENT<br /> <br />HEATHER CRAIN<br />GRANTS MANAGER
https://www.centralauctionhouse.com/rfp60359476-livingston-parish--request-for-qualifications-for-gravity-drainage-district-2-emergency-generators.html
06-Feb-2025 12:00:00 AM CST |
27-Feb-2025 3:00:00 PM CST |
Pointe Coupee Parish Government |
Demolition and Asbestos Abatement - LCDBG Clearance Program
|
The Pointe Coupee Parish Government (herein referred to as the "Owner") hereby solicits sealed bids for the LCDBG Clearance Program.<br /> <br />Sealed bids marked "Sealed Bid -- Parish of Pointe Coupee Community Development Block<br />Grant Project for Fiscal Year 2024 to be financed by the State of Louisiana CDBG Program” will<br />be received by the Owner for the construction of the project described as follows: LCDBG – Clearance Program which includes demolition; asbestos abatement & demolition; and RACM demolition.<br /> <br />Sealed Bids shall be addressed to the Pointe Coupee Parish Government, and delivered to the Parish located at 160 East Main Street, New Roads, LA 70760 not later than 11:00 a.m., on the 10th day of March, 2025. Any bid received after the specified time and date will not be considered. The sealed bids will be publicly opened and read aloud at 11:00 a.m. on the 10th day of March, 2025, at the Pointe Coupee Parish Government office located at 160 East Main Street, New Roads, LA 70760.<br /> <br />A Mandatory Pre-bid Meeting will be held at the Pointe Coupee Parish Government Office located at 160 East Main Street, New Roads, LA 70760 in the training room or other reserved room on February 24, 2025 at 11:00 AM. The meeting shall start promptly at 11:00 a.m. <br /> <br />Questions shall be submitted in writing by 4:30 PM on February 25th, 2025 to
[email protected] and
[email protected].<br /> <br />Complete Bid Documents for this project are available in electronic form. They may be obtained without charge and without deposit from www.centralbidding.com .<br /> <br />Pursuant to Louisiana Revised Statute 38:2212, vendors/contractors now have the option to submit their bids and bid bonds, electronically. In addition to paper bids, electronic bids and electronic bid bonds for the project will be downloaded by the Owner. To view bids, download, and receive bid notices by email, your company/agency will need to register at www.centralbidding.com prior to the deadline. <br /> <br />The Owner reserves the right to reject any and all bids for just cause; such actions will be in accordance with Title 38 of the Louisiana Revised Statutes.<br /> <br />Each bidder must have an active Unique Entity ID (SAM), as verified on www.sam.gov, prior to the beginning of construction.<br /> <br />Each Bidder must deposit with his/her bid, security in the amount, form, and subject to the conditions provided in the Information for Bidders. Sureties used for obtaining bonds must appear as acceptable on the U. S. Department of Treasury Circular 570.<br /> <br />No bidder may withdraw his/her bid within forty-five (45) days after the actual date of the opening thereof.<br /> <br />The Contractor shall begin mobilization and procurement of materials within ten (10) working<br />days of the receipt of the Notice to Proceed. At that time, contract time shall be counted as running.<br /> <br />Any person with disabilities requiring special accommodations must contact the Parish of Pointe Coupee no later than seven (7) days prior to bid opening.<br /> <br />ALSO, MINORITY, FEMALE OWNED AND SECTION 3 (PARISH/LOCAL) CONTRACTING FIRMS ARE ENCOURAGED TO SUBMIT BIDS.
https://www.centralauctionhouse.com/rfp67329814-demolition-and-asbestos-abatement--lcdbg-clearance-program.html
06-Feb-2025 12:00:00 AM CST |
10-Mar-2025 11:00:00 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 |
Town of Golden Meadow |
Sanitary Sewer System, Phase 8
|
Sealed bids will be received on Tuesday, March 11, 2025, by the Town of Golden Meadow (TOGM), at the Golden Meadow Town Hall, 107 Jervis Drive, in Golden Meadow, Louisiana 70354 until 10:00 AM local time, and TOGM shall at that time and place publicly open the bids and read them aloud.<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 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 UPS, FedEx, or 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: Town of Golden Meadow<br /> P.O. Box 307<br /> Golden Meadow, Louisiana 70357<br /> <br />The delivery address for bids is: Town of Golden Meadow<br /> 107 Jervis Drive<br /> Golden Meadow, Louisiana 70357<br /> <br />No bid received after the scheduled time for opening will be considered. Failure of the U.S. Mail 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 />Project Name: SANITARY SEWER SYSTEM, PHASE 8<br /> <br />Project Description: The work consists of providing all equipment, labor, and material necessary for the construction of the proposed Sanitary Sewer System, Phase 8 project including the installation of approximately 1,025 linear feet of gravity sewer line, and five (5) manholes (with timber pile supports), including trenching, boring, and appurtenances.<br /> <br />Bids must be submitted on the Louisiana Uniform Public Works Bid Form furnished with the Bidding Documents. A single set of Bidding Documents shall be issued at the cost of reproduction to contractors who are licensed by the Licensing Board of Contractors.<br /> <br />This Project shall require a Louisiana Contractors license number for Municipal and Public Works Construction.<br /> <br />Bidding Documents for this Project are on file in the office of GIS Engineering, LLC. located at 197 Elysian Dr, Houma, LA 70363 and a single copy may be obtained by each prospective bidder at a cost of $100.00. Please contact Ann Schouest at (985) 219-1000 or
[email protected] for any clarification or information with regard to the specifications.<br /> <br />A Non-Mandatory Pre-Bid Conference will be held on Tuesday, February 20, 2025, at 10:00 AM at the office of Town of Golden Meadow, located at 107 Jervis Drive, Golden Meadow, Louisiana.<br /> <br />The Town of Golden Meadow reserves the right to reject any and all bids in accordance with Louisiana State Bid Law.<br /> <br />The Owner reserves the right to reject any and all bids for just cause; such actions will be in accordance with Title 38 of the Louisiana Revised Statutes.<br /> <br />Each bidder must have an active Unique Entity ID (SAM), as verified on www.sam.gov, prior to the beginning of construction.<br /> <br />Each Bidder must deposit with his/her bid, security in the amount, form, and subject to the conditions provided in the Information for Bidders. Sureties used for obtaining bonds must appear as acceptable on the U. S. Department of Treasury Circular 570.<br /> <br />No bidder may withdraw his/her bid within forty-five (45) days after the actual date of the opening thereof.<br /> <br />The Contractor shall begin mobilization and procurement of materials within ten (10) working 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 />Any person with disabilities requiring special accommodations must contact the Town of Golden Meadow no later than seven (7) days prior to bid opening.<br /> <br />IN PARTICULAR, BIDDERS SHOULD NOTE THE REQUIRED ATTACHMENTS AND CERTIFICATIONS TO BE EXECUTED AND SUBMITTED WITH THE BID PROPOSAL.<br /> <br />JOEY BOUZIGA, MAYOR
https://www.centralauctionhouse.com/rfp58460219-sanitary-sewer-system-phase-8.html
06-Feb-2025 12:00:00 AM CST |
11-Mar-2025 10:00:00 AM 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 |
City of Baton Rouge - Parish of East Baton Rouge |
RFP Solicitation No. 2025-02-0910 Janitorial Services for the BR Metropolitan Airport
|
<br />NOTICE TO PROPOSERS<br /> <br />Notice is hereby given that sealed proposals will be received by City of Baton Rouge and the Parish of East Baton Rouge until 2:00 PM local time on March 13, 2025 in Room 826 of City Hall, 222<br />Saint Louis Street, Baton Rouge, Louisiana 70802 for:<br /> <br />Janitorial Services for the Baton Rouge Metropolitan Airport<br />RFP Solicitation No. 2025-02-0910<br /> <br />A mandatory pre-proposal meeting will be held in-person in the 1st Floor Conference Room located in the terminal of the Baton Rouge Metropolitan Airport on February 27, 2025, at 9:00 AM CST. Attendance at the pre-proposal meeting is mandatory, and required to receive an award for this project.<br /> <br /> <br /> <br />Copies of the Request for Proposal may be obtained from LaPAC (https://wwwcfprd.doa.louisiana.gov/osp/lapac/dspBid.cfm?search=department&term=102), Central Bidding (http://www.centralauctionhouse.com) or by email request to:
[email protected]<br /> <br /> <br /> <br />*Note: The City-Parish has elected to use LaPAC, the state’s online electronic bid posting and Central Bidding notification system, in addition to its standard means of advertising this requirement. LaPAC is resident on State Purchasing’s website at https://wwwcfprd.doa.louisiana.gov/osp/lapac/pubmain.cfm and is available for vendor self- enrollment. NOTE: This RFP is not available to submit online via Central Bidding; submissions must be mailed or hand delivered to the address mentioned in the RFP.<br /> <br />In that LaPAC and Central Bidding provides an immediate e-mail notification to subscribing bidders that a solicitation and any subsequent addenda have been let and posted, notice and receipt thereof is considered formally given as of their respective dates of posting. Though not required if receiving solicitation and addenda notices from LaPAC and Central Bidding the City- Parish will email addenda to all vendors contacting our office and requesting to be put on our office Vendor Listing for this solicitation.<br /> <br />The deadline for receiving written inquiries is March 5, 2025 at 5:00 PM CST.<br /> <br /><br />Proposals received after the above specified time will not be considered. Proposals will be opened immediately after proposal opening time in Room 806 of City Hall. All interested parties are invited to be present.<br /> <br />Teleconference Call-in information for Public Access to RFP Opening: <br />Join by phone:<br /> <br />+1-408-418-9388 United States Toll<br />Access code: 263 373 080 (followed by the # button)<br />Alternate numbers to call if number above is not available, which may occur due to network traffic (use the same Access Code, followed by the # button):<br /> <br />United States Toll (Boston) +1-617-315-0704 United States Toll (Chicago) +1-312-535-8110 United States Toll (Dallas) +1-469-210-7159 United States Toll (Denver) +1-720-650-7664 United States Toll (Jacksonville) +1-904-900-2303 United States Toll (Los Angeles) +1-213-306-3065<br /> <br />This teleconference number will provide you with live audio access to this proposal opening. The teleconference will be live only at the noted RFP opening time on the date of RFP opening. <br />The right to reject any and all proposals and to waive irregularities and informalities is reserved.<br /> <br />The City of Baton Rouge and Parish of East Baton Rouge has established a Socially and Economically Disadvantaged Business Enterprise (SEDBE) program in accordance with Revised Statute RS 33:2233.4. It is the policy of the Parish to ensure that Eligible Business Enterprises EBE’s, certified in accordance with the Parish program, have an equal opportunity to receive and participate in parish contracts.<br /> <br />For this project the EBR Parish Purchasing office has directed a review of the scope of work and has established a minimum EBE goal of 25% of the contract amount. All Bidders shall achieve this goal or demonstrate good faith efforts to achieve the goal. Good faith efforts include meeting this EBE goal or providing documentation demonstrating that the Bidder made sufficient good faith efforts in attempting to meet this goal. Only EBE firms certified under the Parish SEDBE Certification Program at the time of submittal of the bid will count toward this EBE goal. To be considered responsive, the apparent low bidder must submit EBE Forms 1, 1A, and 2, and Letters of EBE Certification, as appropriate within 10 days after bid opening.<br /> <br />The City-Parish is an equal opportunity employer and encourages the participation of Disadvantaged Business Enterprises (DBE) in all of its projects. Proposers/Prospective Contractors are strongly encouraged to make positive efforts to utilize minority subcontractors for a portion of this project. Proposers are requested to include in their proposal a description of plans for minority participation under this Contract as suppliers or subcontractors.<br /> <br />All questions concerning the Solicitation and Contract Documents must be received in accordance with the Schedule of Events cited in section 1.3 of the Solicitation documents and as further defined in section 1.7.2 Proposer Inquiry Periods of the same document.<br /> <br />Though not required if receiving solicitation and addenda notices from LaPAC, the City of Baton Rouge, Parish of East Baton Rouge will e-mail or mail addenda to all vendors contacting our office and requesting to be put on our office Vendor Listing for this solicitation.
https://www.centralauctionhouse.com/rfp51931878-rfp-solicitation-no-2025-02-0910-janitorial-services-for-the-br-metropolitan-airport.html
06-Feb-2025 12:00:00 AM CST |
13-Mar-2025 2:00:00 PM CDT |
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 |
Jefferson Parish Government |
5000146981 11th Street Widening & Resurfacing (Queens St. to New Orleans Ave.) Project No. 2017-035-RBP
|
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00146981<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., March 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 />11TH STREET WIDENING & RESURFACING<br />(QUEENS STREET TO NEW ORLEANS AVENUE)<br />JEFFERSON PARISH PROJECT NO. 2017-035-RBP<br /> <br />The project consists of the rehabilitation of 11th Street from Queens Street to New Orleans Avenue.<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 twenty-five ($25.00) dollars for an electronic set on compact disc or a hard copy set will be available upon request for a deposit of eighty ($80.00) 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 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 10:00 am on February 20, 2025 at the General Government Building, 200 Derbigny Street, Suite 4400, Gretna, LA 70053. However, failure to attend the pre-bid conference shall not relieve the bidder of responsibility for information discussed at the conference. Furthermore, failure to attend the pre-bid conference and inspection does not relieve the successful bidder from the necessity of furnishing materials or performing any work that may be required to complete the work in accordance with the specification with no additional cost to the owner.<br /> <br /> <br /><br />Renny Simno<br />Director<br />Purchasing Department<br /> <br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br /><br /> <br />ADV: The New Orleans Advocate: February 5, 12 and 19, 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/rfp60396367-5000146981-11th-street-widening-resurfacing-queens-st-to-new-orleans-ave-project-no-2017-035-rbp.html
05-Feb-2025 12:01:00 PM CST |
13-Mar-2025 2:00:00 PM CDT |
Lafayette Consolidated Government |
Ice Maker Package-LPCC
|
<br /><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., Wednesday, February 26, 2025 for the following:<br /> <br />ICE MAKER PACKAGE – LPCC<br /> <br />Copies of the RFQ packet including quote forms, specifications, and conditions are available from Matthew Broussard at the office of Purchasing & Property Management located at 705 West University Avenue, P. O. Box 4017-C, Lafayette, LA 70502, telephone number 337?291?8088; email
[email protected]. The RFQ can be emailed on PDF format to any interested vendors. The RFQ packet will be available until twenty-four hours before the quote opening date.<br />Quotes will be evaluated by the Purchasers based on the lowest responsible quote submitted which is also on compliance with the specifications. The Lafayette Consolidated Government reserves the right to reject any and all quotes or any portions thereof, to waive informalities and to select the material that best suits its needs.<br /> <br />Please submit quotations on the quote forms attached to the RFQ packet. You may back this up with your usual quote format if you wish. Quoters must complete the vendor information sections in order for quotation to be considered and evaluated and information shown must be as you want it to appear on a purchase order (if award is made to your company).<br /> <br />The successful vendor shall be required to furnish the attached certificate of insurance, including Item I, II, V, and VII ($500,000 limits), complete for approval by the Lafayette City-Parish Consolidated Government Risk Management Division. These requirements include General Liability with $500,000 limits and Lafayette Consolidated Government listed as Additional Insured, and Workman’s Comp with $500,000 limits and a Waiver of Subrogation.<br />It is suggested that you speak with your insurance agent prior to submitting a quote concerning the insurance and endorsements required by these specifications, as there could be additional premiums associated with this requirement.<br />The Lafayette Consolidated Government strongly encourages the participation of DBEs (Disadvantaged Business Enterprises) in all contracts or procurements let by the Lafayette Consolidated Government for goods and services and labor and material. To that end, all contractors and suppliers are encouraged to utilize DBEs in the purchase or sub-contracting of materials, supplies, services and labor and material in which disadvantaged businesses are available. Assistance in identifying said businesses may be obtained by calling 337-291-8410.<br /> <br />Quotations may be:<br />E-mailed to
[email protected]<br />Hand-carried to Matthew Broussard, Purchasing Division, 705 W. University Avenue, Lafayette, LA 70506<br />Returned by mail to Attention Matthew Broussard, Purchasing Division, PO Box 4017-C, Lafayette, LA 70502 or<br />Faxed to the attention of Matthew Broussard, Purchasing Division at 337-291-8269Questions regarding submitting this quote may be directed to Matthew Broussard at 337-291-8088.<br />
https://www.centralauctionhouse.com/rfp52341836-ice-maker-package-lpcc.html
05-Feb-2025 11:00:00 AM CST |
26-Feb-2025 10:00:00 AM CST |
Mader Engineering - Central Bidding Plan Room |
Drainage Outfall Improvements for Lawrence Acres Subdivision and Adjacent Developments for the City of Crowley, LA
|
ADVERTISEMENT FOR BIDS<br />MEI Project No. (3576-01)<br />City of Crowley, LA (herein referred to as the "Owner")<br /> <br />Notice is hereby given that sealed bids will be received in the office of the City of Crowley, LA, located at 425 N. Parkerson Avenue, Crowley, LA 70526, or by electronic bid at www.madereng.com (go to “Planroom” link), until 10:00 o'clock a.m. on Thursday the 6th day of March, 2025 for the “Drainage Outfall Improvements for Lawrence Acres Subdivision and Adjacent Developments” for the City of Crowley, LA, and shall at that time and place be publicly opened and read aloud. Bids received after the above specified time for opening shall not be considered and shall be returned unopened to the sender. The work shall consist of the installation of approximately 3,000 linear feet of subsurface stormwater drainage pipe (various sizes of RCP, RCPA, HP, and RPVCCP material), supplemental stormwater drainage structures, and incidental work such as, but not limited to, removal and replacement of concrete driveways, removal and replacement of wooden privacy fencing, construction of approximately 200’ of open ditch improvements, erosion control (riprap), etc.<br /> <br />Copies of plans and specifications, including the Information for Bidders, Form of Bid Proposal, Form of Contract, Plans, Specifications, Performance and Payment Bond, and other contract documents may be downloaded from the Mader Engineering Plan Room as hosted by Central Bidding (go to the “Planroom” link within www.madereng.com) (subject to fees and conditions). This will be the only method of plan distribution.<br /> <br />A Pre-Bid Conference may be scheduled. If so, it would be mandatory for all bidders to attend and any firm not represented at such conference will be disqualified from the bid process and will not have its bid opened. Notice of the Pre-Bid Conferences date, time, and location will be provided via Addendum if applicable. <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. The Acadia Parish Police Jury reserves the right to consider the bidder’s past performance history at this facility as well as at other similar facilities, and to make such investigations as deemed necessary to determine the ability of the bidder to perform the work. The Acadia Parish Police Jury also reserves the right to refuse to issue plans and specifications and/or reject any bid if the evidence submitted by, or investigation of, such bidder fails to satisfy the Acadia Parish Police Jury that such bidder is properly qualified to carry out the obligations of the contract and to complete the work contemplated therein.<br /> <br />Each bid shall be accompanied by a certified check, cashier's check, or bid bond payable to the City of Crowley, LA, the amount of which shall be five percent (5%) of the base bid plus additive alternates. If a bid bond is used, it shall be written by a surety or insurance company currently on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the Federal Register, or by a Louisiana domiciled insurance company with at least an A-Rating in the latest printing of the A.M. Best's Key Rating Guide to write individual bonds up to ten percent of policyholders' surplus as shown in the A.M. Best's Key Rating Guide, or by an insurance company in good standing licensed to write bid bonds which is either domiciled in Louisiana or owned by Louisiana residents. The bid bond shall be issued by a company licensed to do business in Louisiana and countersigned by a person who is under contract with the surety company or bond issuer as a licensed agent in this state and residing in this state. The certified check, cashier's check or bid bond shall be given as a guarantee that the bidder shall execute the contract, should it be awarded to him, in conformity with the contract documents within ten (10) days.<br /> <br />No bidder may withdraw his bid for at least forty-five (45) days after the time scheduled for the opening of bids. Each bid shall be submitted only on the bid form provided with the specifications. The successful contractor will be required to execute performance and labor and material payment bonds in the full amount of the contract as more fully defined in the bid documents.<br /> <br />Bids will be evaluated by the Owner based on the lowest responsible bid submitted which is also in compliance with the specifications.<br /> <br />Contractors or contracting firms submitting bids in the amount of $50,000.00 or more shall certify that they are licensed contractors under Chapter 24 of Title 37 of the Louisiana Revised Statutes of 1950 and show their license number on the front of the sealed envelope in which their bid is enclosed. Contractors shall be licensed in “Highways, Streets, and Bridge Construction” and/or “Municipal and Public Works Construction”. Bids in the amount of $50,000.00 or more, not submitted in accordance with this requirement, shall be rejected and shall not be read. Additional information relative to licensing may be obtained from the Louisiana State Licensing Board for Contractors, Baton Rouge, Louisiana.<br /> <br />/s/ City of Crowley, LA<br /> <br />PUBLISH DATES: February 5th, February 12th, and February 19th, 2025
https://www.centralauctionhouse.com/rfp60327962-drainage-outfall-improvements-for-lawrence-acres-subdivision-and-adjacent-developments-for-the-city-of-crowley-la.html
05-Feb-2025 10:00:00 AM CST |
06-Mar-2025 10:00:00 AM CST |
Jefferson Parish Government |
5000146983 Floating Fountain Maintenance for the Jefferson Parish Department of Public Works- Parkways
|
ADVERTISEMENT FOR BIDS<br />BID NO. 50-00146983<br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., March 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 Floating Fountain Maintenance for the Jefferson Parish Department of Public Works - Parkways Department.<br />Bid specifications may be obtained by visiting the Jefferson Parish Purchasing Department webpage at http://purchasing.jeffparish.net and selecting the LaPAC Tab. Bids may also be viewed and submitted online free of charge at: www.jeffparishbids.net.<br />Each bid must be accompanied by a surety bid bond in the amount of 5% of the total bid amount, or the amount specified, WHEN INDICATED IN THE SPECIFICATIONS. Vendors must submit an electronic bid bond through the respective online clearinghouse bond management system(s) as indicated in the electronic bid Solicitation on Central Auction House. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission.<br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br />All prospective bidders are invited to attend this non-mandatory pre-bid conference which will be held at General Government Building 200 Derbigny St. Suite 4400 on February 24 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: February 05, 12 and 19, 2025<br />For additional information, please visit the Purchasing Webpage at http://purchasing.jeffparish.net or you may call 504-364-2678.
https://www.centralauctionhouse.com/rfp63646480-5000146983-floating-fountain-maintenance-for-the-jefferson-parish-department-of-public-works-parkways.html
05-Feb-2025 10:00:00 AM CST |
11-Mar-2025 2:00:00 PM CDT |
Jefferson Parish Government |
5000147170 Two (2) Year Contract to Provide Wildlife Mitigation on an as needed basis for All Jefferson Parish Departments, Agencies and Municipalities, Except Grand Isle for the Department of Recreation
|
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00147170<br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., March 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 /> <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 Wildlife Mitigation on an as needed basis for All Jefferson Parish Departments, Agencies and Municipalities, Except Grand Isle for the Department of Recreation<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 Parc Des Familles, 6101 Leo Kerner Lafitte Parkway, Marrero, LA 70072 on February 21, 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: February 5, 12 and 19, 2025<br />For additional information, please visit the Purchasing Webpage at https://www.jeffparish.gov/464/Purchasing or you may call 504-364-2678.
https://www.centralauctionhouse.com/rfp61811665-5000147170-two-2-year-contract-to-provide-wildlife-mitigation-on-an-as-needed-basis-for-all-jefferson-parish-departments-agencies-and-municipalities-except-grand-isle-for-the-department-of-rec.html
05-Feb-2025 9:27:00 AM CST |
13-Mar-2025 2:00:00 PM CDT |
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 |
Jefferson Parish Government |
5000147192 G7-1 (BEVERLY GARDEN & FERONIA) SEWER LIFT STATION REPLACEMENT FOR THE DEPARTMENT OF SEWER CAPITAL IMPROVEMENTS PROGRAM (SCIP) PROJECT NO. 55127
|
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00147192<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., March 18, 2025 and publicly opened thereafter. At no charge, bidders may submit via Jefferson Parish’s electronic procurement page by visiting www.jeffparishbids.net to register for this free site.<br /> <br />Bids will be accepted and received through Central Bidding until 2 p.m. The public bid opening will be held at the West Bank Purchasing Department at 200 Derbigny Street, Suite 4400, Gretna, LA 70053 beginning at 2:30 p.m. on each bid opening date for the following project:<br />G7-1 (Beverly Garden & Feronia) Sewer Lift Station Replacement<br />Jefferson Parish Sewer Capital Improvements program (SCIP)<br />Project No. 55127<br /> <br />Purchases for this project shall be exempt from state sales and use tax according to La. R.S. 47:301(8)(c)(i). The successful bidder shall be granted the tax-exempt status of Jefferson Parish via Form R-1020, Designation of Construction Contractor as Agent of a Governmental Entity Sales Tax Exemption Certificate. Form R-1020 is distributed by the Louisiana Department of Revenue.<br /> <br />All bids must be in accordance with the contract documents on file with the Jefferson Parish Purchasing Department, Suite 4400, Jefferson Parish General Government Building, at 200 Derbigny Street, Gretna, Louisiana. Late bids will not be accepted.<br /> <br />Each Bid must be accompanied by an electronic bid surety bond in the amount equal to five percent (5%) of the total amount bid, and payable without condition to the owner. Vendors must submit an electronic bid bond through the respective online clearinghouse bond management system(s) as indicated in the electronic bid solicitation on Central Auction House. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission.<br /> <br />The drawings and specifications are on file and open for inspection in the Jefferson Parish Purchasing Department, Suite 4400, Jefferson Parish General Government Building, at 200 Derbigny Street, Gretna, Louisiana. A complete set of Contract Documents may be secured from Professional Engineering Consultants, Corp., 7600 Innovation Park Drive, Baton Rouge, LA 70820, Phone: 225-769-2810 or Fax: 225-769-2882 by licensed contractors upon receipt of a non-refundable fee of $150.00 per set. Deposit on the first set of documents furnished bona fide prime bidders will be fully refunded upon return of documents in good condition no later than ten (10) days after receipts of bids.<br /> <br />The successful bidder will be required to furnish a performance bond guaranteeing faithful performance of the contract. Companies providing the bonds shall comply with the requirements of LA-R.S. 38:2218 and R.S. 38:2219 as applicable.<br /> <br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br /> <br /> <br />All prospective bidders are invited to attend the non-mandatory pre-bid conference which will be held at 9:00 a.m. on February 24, 2025 at The Joseph Yenni Building, Room 405 located at 1221 Elmwood Park Blvd., Jefferson, LA 70123. However, failure to attend the pre-bid conference shall not relieve the bidder of responsibility for information discussed at the conference. Furthermore, failure to attend the pre-bid conference and inspection does not relieve the successful bidder from the necessity of furnishing materials or performing any work that may be required to complete the work in accordance with the specification with no additional cost to the owner. <br /> <br /> <br /><br />Renny Simno<br />Director<br />Purchasing Department<br /> <br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br /><br /> <br />ADV: The New Orleans Advocate: February 5, 12, and 19, 2025<br /> <br />For additional information, please visit the Purchasing Webpage at https://www.jeffparish.gov/464/Purchasing or you may call 504-364-2678. <br /> <br />
https://www.centralauctionhouse.com/rfp60333633-5000147192-g7-1-beverly-garden-feronia-sewer-lift-station-replacement-for-the-department-of-sewer-capital-improvements-program-scip-project-no-55127.html
05-Feb-2025 8:34:00 AM CST |
18-Mar-2025 2:00:00 PM CDT |
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 |
Jefferson Parish Government |
5000147228 TWO (2) YEAR CONTRACT FOR AERIAL HYDRAULIC REPAIRS FOR AERIAL BUCKETS (TRUCK MOUNTED), HIGH RANGER, SKYWORKER, ETC. FOR THE JEFFERSON PARISH DEPARTMENT OF FLEET MANAGEMENT
|
<br /> <br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00147228<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00<br />p.m., March 6, 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 Aerial Hydraulic Repairs for Aerial Buckets (Truck Mounted),<br />High Ranger, Skyworker, Etc. for the Jefferson Parish Department of Fleet Management<br /> <br />Bid specifications may be obtained by visiting the Jefferson Parish Purchasing Department webpage at http://purchasing.jeffparish.gov and selecting the LaPAC Tab. Bids may also be viewed and submitted online free of charge at: www.jeffparishbids.gov. <br /> <br />Each bid must be accompanied by a surety bid bond in the amount of 5% of the total bid amount, or the amount specified, WHEN INDICATED IN THE SPECIFICATIONS. Vendors must submit an electronic bid bond through the respective online clearinghouse bond management system(s) as indicated in the electronic bid Solicitation on Central Auction House. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission. <br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br /> <br /> <br /><br />Renny Simno<br />Director<br />Purchasing Department<br /> <br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br /><br /> <br />ADV: The New Orleans Advocate: February 5, 12, and 19, 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/rfp60370607-5000147228-two-2-year-contract-for-aerial-hydraulic-repairs-for-aerial-buckets-truck-mounted-high-ranger-skyworker-etc-for-the-jefferson-parish-department-of-fleet-management.html
05-Feb-2025 8:04:00 AM CST |
06-Mar-2025 2:00:00 PM CST |
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 |
Port of Iberia |
Port Improvements, Unifab Road Warehouse and Site Improvements, Initial Repairs (Phase I of SPN H.015864)
|
<div style="text-align: center;">SECTION A<br />NOTICE TO CONTRACTORS</div> <br />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 March 3, 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 /> <div style="text-align: justify;">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.</div> <div style="text-align: justify;">Bids must be submitted on the forms provided by the Contracting Agency, must be prepared in accordance with Section 2 of the 2018 Edition of the Louisiana Department of Transportation and Development, Office of Multimodal Commerce, General Provisions and must include all the information required by the bid form. Bid forms are available from the Engineer and will not be issued later than 24 hours prior to the time set for opening the bids. Each bid shall include a proposal guaranty in an amount not less than specified above.</div> <div style="text-align: justify;">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.</div> <div style="text-align: justify;">Plans and specifications may be seen at the Engineer's office. Plans may be obtained from the Engineer upon payment of $150.00. In accordance with R.S. 38:2212 D deposits on the first set of documents furnished bona fide prime bidders will be fully refunded upon return of the documents, deposits on any additional sets will be refunded less the actual costs of reproduction. Refunds will be made upon return of the documents if within ten days after receipt of bids.</div> <div style="text-align: justify;">Bid documents are also posted on http://www. https://www.centralauctionhouse.com/rfpc10120-port-of-iberia.html</div>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 /> <div style="text-align: justify;">A Non-Mandatory Pre-Bid meeting will be held on February 18, 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. </div> <div style="text-align: justify;">The award of a contract, if awarded, will be made to the lowest qualified bidder whose proposal complies with all requirements prescribed within 45 calendar days after opening proposals. However, when the contract is to be financed by bonds which are required to be sold after receipts of bids, or when the contract is to be financed in whole or part by federal or other funds not available at the time bids are received, the time will not start until receipt of federal and/or state concurrence or concurrence of the other funding source. Award will be within 30 calendar days after the sale of bonds or receipt of concurrence in award from federal and/or state agency or other funding source. The successful bidder will be notified by letter mailed to the address shown in the proposal that the bidder is awarded the contract.</div> <br />The award of a contract for projects financed either partially or entirely with State bonds will be contingent on approval by the State Bond Commission.<br /> <br />On projects involving Federal funds the award of contract will also be contingent upon concurrence by the appropriate Federal agency.<br /> <br />On projects involving State funds the award of contract will also be contingent upon concurrence by the appropriate State agency.<br /> <br />The right is reserved to reject bids and waive informalities.<br />
https://www.centralauctionhouse.com/rfp55286915-port-improvements-unifab-road-warehouse-and-site-improvements-initial-repairs-phase-i-of-spn-h015864.html
05-Feb-2025 12:00:00 AM CST |
03-Mar-2025 12:00:00 PM CST |
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 |
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 |
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 |
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 |
Rapides Parish School Board |
Bid 62-24-09: Cherokee Elementary School Addition
|
ADVERTISEMENT OR INVITATION TO BID<br />RAPIDES PARISH SCHOOL BOARDCHEROKEE ELEMENTARY SCHOOL ADDITION<br />(RPSB BID #62-24-09)<br />Separate sealed bids for CHEROKEE ELEMENTARY SCHOOL ADDITION (RPSB Bid #62-24-09) will be received by the RAPIDES PARISH SCHOOL BOARD at the PURCHASING DEPARTMENT, 619 SIXTH<br />STREET, ALEXANDRIA, LOUISIANA 71301, 11:00 AM (Central Time), on February 28, 2025 and then at said office publicly opened and read aloud. Any bid received after the specified time and date will not be considered.<br /> <br />The Instructions to Bidders, Bid Form, Agreement Between Owner and Contractor, Forms of Bid Bond, Performance and Payment Bonds, Drawings and Specifications, and other Contract Documents may be examined at the following location:<br />HOLLY & SMITH ARCHITECTS<br />100 E. Vermilion Street, Suite 406<br />LAFAYETTE, LOUISIANA 70501<br />(337) 279-2010<br /> <br />The Scope of Work Includes: A single-story (6) classroom building addition including a<br />teacher’s workroom, restrooms, resulting in a floor plate of 9477 s.f. Also, renovations occurring in an existing classroom building to include updated finishes to change its current program to an overflow dining space.<br /> <br />Complete Bid Documents, (Drawings, Specifications & Addenda), can be obtained at www.CentralAuctionHouse.com. If you are not currently a subscriber, you will need to apply for access.<br /> <br />Prospective bidders desiring further information or interpretations of the Drawings and/or Specifications shall request such data electronically via www.CentralAuctionHouse.com. Answers to all questions, inquiries and requests for additional information will be issued in the form of Addenda to the Drawings and Specifications and copies of each addendum will be posted on www.CentralAuctionHouse.com. Refer to Instructions to Bidders.<br />Pursuant to L.R.S. 38:2212.E.(1) Bidders have the option to submit bids and bid bonds electronically. Electronic bids for this project may be submitted through Central Bidding at www.CentralAuctionHouse.com. To register, or for assistance with completing an e-bid, contact Central Bidding at 225-810-4814 or 866-570-9620.<br /> <br />The OWNER reserves the right to reject any or all bids for just cause. Such actions will be in accordance with Title 38 of the L.R.S.<br /> <br />A Non-Mandatory Pre-Bid Conference will be held at 10:00 AM on February 18, 2025, at Cherokee Elementary School, 5700 Prescott Rd., Alexandria, LA 71303Attendance at this conference is not mandatory, but strongly encouraged.<br /> <br />In accordance with R.S. 38:2212(B)(1), the provisions and requirements stated in the bidding documents shall not be considered as informalities and shall not be waived.<br /> <br />Each Bidder must deposit with the bid, security in the amount of at least five percent (5%) of the total bid price, as described in the Instructions to Bidders. Bid bonds shall be written by a surety or insurance company meeting the requirements noted in L.R.S. 38:2218.<br />The successful Bidder shall be required to furnish a Performance Bond and Payment Bond, in an amount equal to 100% of the Contract amount, written by a surety or insurance company meeting the requirements noted in L.R.S. 38:2219 A. (1)(a), (b) and (c).<br /> <br />Any person with disabilities requiring special accommodations must contact the Owner no later than seven<br />(7) days prior to bid opening.<br />RAPIDES PARISH SCHOOL BOARD ATTN: MS. ELIZABETH DOMITE, CHIEF FINANCIAL OFFICER<br />619 SIXTH STREET<br />ALEXANDRIA, LOUISIANA 71301<br />Advertisement Dates:<br />January 31, 2025<br />February 7, 2025<br />February 14, 2025
https://www.centralauctionhouse.com/rfp77994558-bid-62-24-09-cherokee-elementary-school-addition.html
31-Jan-2025 8:00:00 AM CST |
31-Mar-2025 2:00:00 PM CDT |
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 |
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 |
Leonard J. Chabert Medical Center | Ochsner Health System |
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 |
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 |
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 |
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 |
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 |
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 |
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 |
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 |
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 |
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 |
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 |
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 |
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 |
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 |
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 |
26-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 25-6862 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 |
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 |
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 |
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 |
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 |
Terrebonne Parish Consolidated Government |
Bids for TPCG IT Building Elevator Replacement
|
Sealed bids will be received until the hour of 2:00 pm March 13, 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 |
13-Mar-2025 2:00:00 PM CDT |
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 |
11-Mar-2025 2:00:00 PM CDT |
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 |
06-Mar-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 |
St. John the Baptist Parish Public Schools |
Bond Project - Security Upgrades and Improvements at Laplace Elementary School
|
Per Addendum #1, 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 25, 2025 for the Security Upgrades and Improvements at Laplace Elementary School project located at 393 Greenwood Drive, Laplace, Louisiana 70068.<br /><br />Addendum 1 added<br />Addendum 2 added - 02/20/2025
https://www.centralauctionhouse.com/rfp61650186-bond-project--security-upgrades-and-improvements-at-laplace-elementary-school-.html
15-Jan-2025 10:00:00 AM CST |
25-Feb-2025 2:00:00 PM 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 |
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 |
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 |
26-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
|
**ADDENDUM NO. 1 ISSUED 2.18.25**<br />PROVIDING CLARIFICATION AND RESPONSES TO QUESTIONS ASKED DURING INQUIRY PERIOD<br /><br />NOTICE TO PROPOSERS<br /> <br />Notice is hereby given that sealed proposals will be received by City of Baton Rouge and the Parish of East Baton Rouge until 2:00 PM local time on April 8, 2025 in Room 826 of City Hall, 222<br />Saint Louis Street, Baton Rouge, Louisiana 70802 for:<br /> <br />Baton Rouge Convention Center Expansion and Headquarters Hotel Development Project<br />RFP Solicitation No.:2024-16-4010<br /> <br /> <br />Copies of the Request for Proposal may be obtained from LaPAC (https://wwwcfprd.doa.louisiana.gov/osp/lapac/dspBid.cfm?search=department&term=102), Central Bidding (http://www.centralauctionhouse.com) or by email request to:<br />
[email protected].<br /> <br /> <br />*Note: The City-Parish has elected to use LaPAC, the state’s online electronic bid posting and Central Bidding notification system, in addition to its standard means of advertising this requirement. LaPAC is resident on State Purchasing’s website at https://wwwcfprd.doa.louisiana.gov/osp/lapac/pubmain.cfm and is available for vendor self- enrollment. NOTE: This RFP is not available to submit online via Central Bidding; submissions must be mailed or hand delivered to the address mentioned in the RFP.<br /> <br />In that LaPAC and Central Bidding provides an immediate e-mail notification to subscribing bidders that a solicitation and any subsequent addenda have been let and posted, notice and receipt thereof is considered formally given as of their respective dates of posting. Though not required if receiving solicitation and addenda notices from LaPAC and Central Bidding the City- Parish will email addenda to all vendors contacting our office and requesting to be put on our office Vendor Listing for this solicitation.<br /> <br />The deadline for receiving written inquiries is February 11, 2025 at 5:00 PM CST.<br />Proposals received after the above specified time will not be considered. Proposals will be opened immediately after proposal opening time in Room 806 of City Hall. All interested parties are invited to be present.<br /><br />Teleconference Call-in information for Public Access to RFP Opening:<br /> <br />Join by phone:<br /> <br />+1-408-418-9388 United States Toll<br />Access code: 263 373 080 (followed by the # button)<br />Alternate numbers to call if number above is not available, which may occur due to network traffic (use the same Access Code, followed by the # button):<br /> <br />United States Toll (Boston) +1-617-315-0704 United States Toll (Chicago) +1-312-535-8110 United States Toll (Dallas) +1-469-210-7159 United States Toll (Denver) +1-720-650-7664 United States Toll (Jacksonville) +1-904-900-2303 United States Toll (Los Angeles) +1-213-306-3065<br /> <br />This teleconference number will provide you with live audio access to this proposal opening. The teleconference will be live only at the noted RFP opening time on the date of RFP opening.<br /> <br />The right to reject any and all proposals and to waive irregularities and informalities is reserved.<br /> <br />The City of Baton Rouge and Parish of East Baton Rouge has established a Socially and Economically Disadvantaged Business Enterprise (SEDBE) program in accordance with Revised Statute RS 33:2233.4. It is the policy of the Parish to ensure that Eligible Business Enterprises EBE’s, certified in accordance with the Parish program, have an equal opportunity to receive and participate in parish contracts.<br /> <br />For this project the EBR Parish Purchasing office has directed a review of the scope of work and has established a minimum EBE goal of _25%__of the contract amount. All Bidders shall achieve this goal or demonstrate good faith efforts to achieve the goal. Good faith efforts include meeting this EBE goal or providing documentation demonstrating that the Bidder made sufficient good faith efforts in attempting to meet this goal. Only EBE firms certified under the Parish SEDBE Certification Program at the time of submittal of the bid will count toward this EBE goal. To be considered responsive, the apparent low bidder must submit EBE Forms 1, 1A, and 2, and Letters of EBE Certification, as appropriate within 10 days after bid opening.<br /> <br />The City-Parish is an equal opportunity employer and encourages the participation of Disadvantaged Business Enterprises (DBE) in all of its projects. Proposers/Prospective Contractors are strongly encouraged to make positive efforts to utilize minority subcontractors for a portion of this project. Proposers are requested to include in their proposal a description of plans for minority participation under this Contract as suppliers or subcontractors.<br /> <br />All questions concerning the Solicitation and Contract Documents must be received in accordance with the Schedule of Events cited in section 1.3 of the Solicitation documents and as further defined in section 1.7.2 Proposer Inquiry Periods of the same document.<br /> <br />Though not required if receiving solicitation and addenda notices from LaPAC, the City of Baton Rouge, Parish of East Baton Rouge will e-mail or mail addenda to all vendors contacting our office and requesting to be put on our office Vendor Listing for this solicitation.<br /><br /> <br />
https://www.centralauctionhouse.com/rfp58847812-rfp-2024-16-4010--br-convention-center-expansion-hqs-hotel-devel-project.html
15-Jan-2025 12:00:00 AM CST |
08-Apr-2025 2:00:00 PM CDT |
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 |
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 |
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 |
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 |
06-Mar-2025 2:00:00 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, March 13, 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 |
13-Mar-2025 2:00:00 PM CDT |
Sample Listings |
TAF Sample
|
This is a sample for demonstration purposes only.<br /><br />This is where the language from the public advertisement would be placed so the potential vendor has immediate access.<br /><br />EXAMPLE<br /><br />City of Baker (herein referred to as the "Owner") hereby solicits sealed bids for the 2022 Asphalt Street Rehabilitation Program project described as follows:<br /> <br />STATEMENT OF WORK (PEC Project No. 11631): Base Bid – Asphalt milling, soil cement/lime treatment base work, asphalt patching, asphalt overlay, shoulder material, thermoplastic striping, markers, manhole/drainage grate/valve box adjustments and associated appurtenances.<br /> <br />Sealed Bids shall be addressed to the City of Baker and delivered to the City Hall at 3325 Groom Road, Baker, LA 70714 not later than 2:00 p.m., on Wednesday, July 20, 2022. Any bid received after the specified time and date will not be considered. The sealed bids will be publicly opened and read aloud at 2:00 p.m. on Wednesday, July 20, 2022, at the City Hall located at 3325 Groom Road, Baker, LA 70714.<br /> <br />The Owner has chosen the method of plan distribution to be via hard copies of the plans and specifications pursuant to LA R.S. 38:2212 as available through the office of the Engineer.<br /> <br />The Instructions to Bidders, Bid Form, Contract, Plans, Specifications, and Forms of Bid Bond, Performance Bond and Payment Bond, and other bidding documents may be examined at the Office of the Engineer for the contract; Professional Engineering Consultants Corp. located at 7600 Innovation Park Drive, Baton Rouge, La 70820; (225-769-2810). Copies shall be obtained at this office upon payment of a deposit of $100.00. This deposit will be refunded upon request in accordance with R.S. 38:2212. Validation of the Contractor’s license and classifications will be made prior to release of bid documents.<br /> <br />Pursuant to the Louisiana Revised Statute, vendors/contractors now have the option to submit their bids and bid bonds, electronically. Official Electronic Bid Documents are available at Central Bidding. Central Bidding can be accessed at www.centralbidding.com. For questions related to the electronic bidding process, please call Central Bidding at 800-990-9339. To view bids, download, and receive bid notices by email, your company/agency will need to register at www.centralbidding.com prior to the deadline. <br /> <br />Contractors submitting bids shall be licensed under LA R.S. 37:2150-2164, Highway, Street and Bridge Construction. Other license classifications may, at the option of the Owner, be considered based upon a thorough review of the Contractor’s past experience. The bidder shall show his license number on the bid and on the sealed envelope submitting the bid.<br /> <br />The Owner reserves the right to reject any and all bids for just cause; such actions will be in accordance with Title 38 of the Louisiana Revised Statutes.<br /> <br />In accordance with R.S. 38:2212 (A)(1)(b), the provisions and requirements stated in the Bidding Documents shall not be waived by any entity.<br /> <br />Each Bidder must deposit with his/her bid, security in the amount of at least five percent (5%) of the total bid price, provided on the specified form and subject to the conditions provided in the Information for Bidders. Sureties used for obtaining bonds must appear as acceptable on the U. S. Department of Treasury Circular 570.<br /> <br />No bidder may withdraw his/her bid within forty-five (45) days after the actual date of the opening thereof.
https://www.centralauctionhouse.com/rfp96404192-taf-sample.html
29-Jul-2022 9:41:15 AM CDT |
31-Dec-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 |