<h1>REQUEST FOR QUALIFICATIONS</h1> <br />Request for qualifications will be received by the Ascension Parish Government at the Ascension Parish Government Purchasing Office, 615 East Worthey St., Gonzales, LA 70737 until <b>May 1, 2025</b>, at 3:00 p.m. (CDT) for the following:<br /> <h1>Ascension Parish Fire Protection District #1 Remodel</h1><br /><b>STATEMENT OF WORK</b><br />The Ascension Parish Government (Parish) is soliciting requests for qualifications from professional consultants to provide design requests for the renovation of the Ascension Parish Fire Protection Administration Building at 13192 Airline Hwy, Gonzales, LA 70737.<br /><br /><b>PROJECT DESCRIPTION: </b><br />Design requested for the renovation of the Ascension Parish Fire Protection Administration Building at 13192 Airline Hwy, Gonzales, LA 70737. Renovation to include all aspects of the existing 10,000 + square foot administration building.<br /> <br />Work will include full demolition of existing interior to allow for the design and construction of new conference rooms, restrooms, upgrade of all mechanical, electrical and plumbing throughout the building, training rooms, break rooms,<br /> <br />Exterior to include replacement of all windows, doors, stucco and roof.<br /> <br />All questions regarding the RFQ shall be submitted to the Purchasing Department via email at <a href="mailto:purchasing@apgov.us">purchasing@apgov.us</a> by 3:00 p.m. local time (CDT) on <b>April 15, 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 (CDT) no later than <b>April 22, 2025</b>.<br /> <br />Firms/individuals who are interested in providing services requested under this RFQ must submit six (6) copies of the information specified in this section. The information shall be received in hard copy (printed) version by: <b>Ascension Parish Government, Purchasing Department, 615 East Worthy Street, Gonzales, LA 70737</b> on or before 3:00 p.m. Central Daylight 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 /> <br /> <br />Ascension Parish Government reserves the right to reject all proposals for just cause.<br /> <br /> <br />DONALDSONVILLE CHIEF PLEASE PUBLISH 4/3/2025, 4/10/2025, 4/17/2025<br />GONZALES WEEKLY PLEASE PUBLISH 4/3/2025, 4/10/2025, 4/17/2025
https://www.centralauctionhouse.com/rfp60303154-ascension-parish-fire-protection-district-1-remodel.html
<h1>REQUEST FOR QUALIFICATIONS</h1> <br />Request for qualifications will be received by the Ascension Parish Government at the Ascension Parish Government Purchasing Office, 615 East Worthey St., Gonzales, LA 70737 until <b>May 1, 2025</b>, at 3:00 p.m. (CDT) for the following:<br /> <h1>New River Stormwater Pump Station</h1><b>STATEMENT OF WORK</b><br />Ascension Parish Government (Parish) hereby issues a Request for Qualifications (RFQ) from Consulting Firms (Consultant) to provide professional engineering services for the Community Development Block Grant Disaster Recovery Grant Program (CDBG). The Parish is soliciting Statement of Qualifications (SOQ) for Professional Engineering Design & Related Services.<br /><br /><b>PROJECT DESCRIPTION: </b><br />The selected Consultant(s) will perform engineering services in support of the Parish as required to prepare preliminary and final plans, and associated services for Disaster Recovery CDBG-MIT funds and subsequent implementation of the <b>Region 9 - Ascension New River Stormwater Management Pump Station Project</b>. Tasks associated with the project include but are not but are not limited to Topographic Survey, Land Acquisition Services, H&H Analysis, Geotechnical Design, Environmental Assessment, Project Design and Specifications, Construction Bid Package, and Construction Management Services as required. Project under consideration is the Region 9 - New River Stormwater Management Pump Station Project located in Ascension Parish in the upper Marvin Braud watershed. Project selection will be discussed with the engineering firm procured, however, the final decision will be determined by the Parish and based upon projected costs and effectiveness.<br /> <br />All questions regarding the RFQ shall be submitted to the Purchasing Department via email at <a href="mailto:purchasing@apgov.us">purchasing@apgov.us</a> by 3:00 p.m. local time (CDT) on <b>April 15, 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 (CDT) no later than <b>April 22, 2025</b>.<br /> <br />Firms/individuals who are interested in providing services requested under this RFQ 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. CDT 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<br /> <br /> <br />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 />DONALDSONVILLE CHIEF PLEASE PUBLISH 4/3/2025, 4/10/2025, 4/17/2025<br />GONZALES WEEKLY PLEASE PUBLISH 4/3/2025, 4/10/2025, 4/17/2025
https://www.centralauctionhouse.com/rfp67442550-new-river-stormwater-pump-station.html
April 3rd 2025 <br /><br />Advertisement for Bids <br /><br /> <br /><br />Sealed Bids 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), Tuesday, May 6th, 2025, for the following: <br /><br /> <br /><br />Plaquemine High School Kitchen Renovation (IPSB Project #2510M02) <br /><br /> <br /><br />NOTE ** Outer envelope if mailed shall be marked SEALED BID. <br /><br />Please find bid-related materials and place electronic bids at – www.centralbidding.com <br /><br /> <br /><br />The bids will be opened at the Iberville Parish School Board Maintenance Office immediately following the closure of the bid time on the above-noted date. <br /><br /> <br /><br />A Mandatory Pre-Bid Conference will be held at 1:00 p.m. CDT on April 17th, 2025, at IPSB Maintenance Office 59125 Bayou Rd., Plaquemine, LA 70764. <br /><br />No bid will be accepted from any contractor who did not attend and sign in at the Pre-Bid Conference. <br /><br /> <br /><br />Preliminary bid information may be obtained by contacting the Architectural Firm listed below: <br /><br /> <br /><br />Fusion Architects? <br /><br />3488 Brentwood Dr. 101? <br /><br />Baton Rouge, La. 70809? <br /><br />225-766-4848? <br /><br /> <br /><br />It is the policy of the Iberville Parish School Board to provide equal opportunities in educational programs and activities regardless of race, color, national origin, sex, age, disabilities, or veteran status. This includes admissions, educational services, financial aid, and employment. <br /><br /> <br /><br />Insertion Dates:<br /><br />April 3rd, 2025, <br /><br />April 10th, 2025, <br /><br />April 17th, 2025
https://www.centralauctionhouse.com/rfp2207662-2510m02-plaquemine-high-school-kitchen-renovation.html
<b>OFFICIAL ADVERTISEMENT FOR BIDS<br /> <br />ONE BLOCK AT A TIME – SHEET METAL ROOF REPLACEMENT</b><br /> <br />Sealed bids will be received by the City of New Iberia at any time or day prior to, but not later than 2:15 PM CST on Wednesday, April 30th, 2025 for the above listed general construction work.<br /> <br />A non-mandatory pre-bid conference will be held on at 9:00 AM CST on Wednesday, April 16th, 2025 at the City of New Iberia Council Chambers at New Iberia City Hall located at 457 E. Main St. (3rd floor), for all bidders of record. Representatives of the Owner and Architect will be present to discuss the project. Bidders are strongly encouraged to attend and participate in the conference.<br /> <br />Bids may be mailed to the City of New Iberia, Attn. City Clerk or delivered to the Mayor’s Office, 457 East Main St., Suite 300, New Iberia, LA 70560, between the hours of 8:30 AM and 4:30 PM on any working day prior to the bid opening or delivered at the time of the bid opening as listed below.<br /> <br />All bids, with a properly executed envelope, will be opened and read at 2:15 PM CST on Wednesday, April 30th, 2025 in the City of New Iberia Council Chambers at New Iberia City Hall located at 457 E. Main St. (3rd floor). Bids will be publicly opened and read aloud to all in attendance.<br /> <br />Proposed contract documents may be obtained by calling the office of Paul J. Allain, Architect APAC at 337-365-9493. After depositing $100.00 for one compact disc of contract documents, deposits on the first set of documents furnished, prime bidders shall be fully refunded upon return of the documents no later than ten days after receipt of bids. On other sets of documents furnished to bidders, the deposit less the actual cost of reproduction, shall be refunded upon return of the documents no later than ten days after receipt of bids. No hard copy sets of contract documents will be provided for bidding and/or construction. Official Bid Documents are available at Central Bidding. Electronic Bids are accepted at Central Bidding. Central Bidding can be accessed at www.centralbidding.com. For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /> <br />Each bid must be accompanied by a bid security (certified check, cashier’s check or bid bond with power of attorney for an amount equal to 5% of the total bid. Money orders and/ or company checks will not be acceptable. Such security will be no less than 5% of the net amount bid, excluding taxes.<br /> <br />Once the NOTICE TO PROCEED is issued, the project must be substantially completed in<br />150 calendar days. Rain delay days will be accepted. Liquidated damages are $100.00 per calendar day.<br /> <br />The City of New Iberia reserves the right to reject any and all bids for just cause in accordance with the Public Bid Law LA R.S. 38§2214.B.<br /> <br />If there are any questions regarding bidding procedures, contact Paul J. Allain, Architect APAC located at 109 N. Weeks Street, New Iberia, LA 70560; 337-365-9493; or PJAllain@aol.com.<br /> <br />Publication dates: April 2nd, 2025; April 9th, 2025; & April 16th, 2025;<br /> <br />Approved By: Mayor Freddie DeCourt
https://www.centralauctionhouse.com/rfp12300966-one-block-at-a-time--sheet-metal-roof-replacements.html
<b>OFFICIAL ADVERTISEMENT FOR BIDS<br /> <br />ONE BLOCK AT A TIME – ASHPALT SHINGLE ROOF REPLACEMENTS</b><br /> <br />Sealed bids will be received by the City of New Iberia at any time or day prior to, but not later than 2:00 PM CST on Wednesday, April 30th, 2025 for the above listed general construction work.<br /> <br />A non-mandatory pre-bid conference will be held on at 9:00 AM CST on Wednesday, April 16th, 2025 at the City of New Iberia Council Chambers at New Iberia City Hall located at 457 E. Main St. (3rd floor), for all bidders of record. Representatives of the Owner and Architect will be present to discuss the project. Bidders are strongly encouraged to attend and participate in the conference.<br /> <br />Bids may be mailed to the City of New Iberia, Attn. City Clerk or delivered to the Mayor’s Office, 457 East Main St., Suite 300, New Iberia, LA 70560, between the hours of 8:30 AM and 4:30 PM on any working day prior to the bid opening or delivered at the time of the bid opening as listed below.<br /> <br />All bids, with a properly executed envelope, will be opened and read at 2:00 PM CST on Wednesday, April 30th, 2025 in the City of New Iberia Council Chambers at New Iberia City Hall located at 457 E. Main St. (3rd floor). Bids will be publicly opened and read aloud to all in attendance.<br /> <br />Proposed contract documents may be obtained by calling the office of Paul J. Allain, Architect APAC at 337-365-9493. After depositing $100.00 for one compact disc of contract documents, deposits on the first set of documents furnished, prime bidders shall be fully refunded upon return of the documents no later than ten days after receipt of bids. On other sets of documents furnished to bidders, the deposit less the actual cost of reproduction, shall be refunded upon return of the documents no later than ten days after receipt of bids. No hard copy sets of contract documents will be provided for bidding and/or construction. Official Bid Documents are available at Central Bidding. Electronic Bids are accepted at Central Bidding. Central Bidding can be accessed at www.centralbidding.com. For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /> <br />Each bid must be accompanied by a bid security (certified check, cashier’s check or bid bond with power of attorney for an amount equal to 5% of the total bid. Money orders and/ or company checks will not be acceptable. Such security will be no less than 5% of the net amount bid, excluding taxes.<br /> <br />Once the NOTICE TO PROCEED is issued, the project must be substantially completed in<br />120 calendar days. Rain delay days will be accepted. Liquidated damages are $100.00 per calendar day.<br /> <br />The City of New Iberia reserves the right to reject any and all bids for just cause in accordance with the Public Bid Law LA R.S. 38§2214.B.<br /> <br />If there are any questions regarding bidding procedures, contact Paul J. Allain, Architect APAC located at 109 N. Weeks Street, New Iberia, LA 70560; 337-365-9493; or PJAllain@aol.com.<br /> <br />Publication dates: April 2nd, 2025; April 9th, 2025; & April 16th, 2025;<br /> <br />Approved By: Mayor Freddie DeCourt
https://www.centralauctionhouse.com/rfp30833648-one-block-at-a-time--asphalt-shingle-roof-replacements.html
INVITATION TO BID<br />New Anderson Middle School for Iberia Parish School Board<br />Location at the Former Sugarland Elementary School<br />Project II - Phase II<br />Bid No. 1158<br /> <br />Sealed bids will be received by the Iberia Parish School Board located at<br />1500 Jane Street, New Iberia, Louisiana 70563 until 5:30 PM Wednesday, April 30, 2025, for a New Anderson Middle School for Iberia Parish School Board located at the former Sugarland Elementary School.<br /> <br />A MANDATORY PRE-BID CONFERENCE WILL BE HELD AT<br />9:00 AM on Tuesday, April 22, 2025, at the former Sugarland Elementary School<br />2403 Jefferson Island Road, New Iberia, Louisiana 70560<br /> <br />Bids may be mailed to David Delahoussaye, Purchasing Agent, Iberia Parish School Board, P.O. Box 200, New Iberia, Louisiana 70562-0200, or delivered to 1500 Jane Street, New Iberia, Louisiana 70563: Between the hours of 8:00 AM and 3:30 PM Monday thru Friday on any working day prior to the bid opening or delivered at the time of the bid opening as listed above. Electronic Bids may be submitted via the Online Plan Room at www.centralbidding.com until the close of bids as listed above. <br /> <br />All bids, properly submitted, will be opened and read Wednesday, April 30, 2025, at 5:30 PM in the Board Room of the Iberia Parish School Board Administrative Office located at 1500 Jane Street, New Iberia, Louisiana. Bids received after the above specified time for opening shall not be considered and shall be returned unopened to the sender.<br /> <br />Official Bid Documents are available online at www.centralbidding.com - plan room fee is non-refundable. Official Bid Documents may also be obtained at the office of Architects' Design Studio, 144A West Main Street, New Iberia, Louisiana 70560, upon a deposit $550.00 for each set of documents. Deposit on the first set is fully refundable to all bona fide prime Bidders upon return of the documents in good condition, Fifty Percent (50%) of the deposit of all other sets of documents will be refunded upon return of documents in good condition. Electronic Bids are accepted at Central Bidding. Central Bidding can be accessed at www.centralbidding.com. For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /> <br />The Owner reserves the right to reject any and all bids for just cause. Such actions shall be in accordance with the Louisiana R.S. 38:2214. The Owner requires that all bids must be accompanied by a bid security in an amount of five percent (5.0%) 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 with power of attorney and written by a surety company licensed to do business in Louisiana. Money Orders and/or Company Checks will not be acceptable. No bidder may withdraw his bid within forty-five (45) days after the actual date of the opening thereof except as provided by law. Any questions regarding bidding procedures should be directed to Julie Comeaux with Architects’ Design Studio at 337-364-0962 or for questions regarding the downloading of the electronic documents as well as the process to submit electronic bids, please call Central Bidding at 225-810-4814.
https://www.centralauctionhouse.com/rfp21264428-new-anderson-middle-school--bid-no-1158.html
Sealed bids will be received until the hour of <b>2:00 P.M.</b>, local time, <b><u>Friday, May 2, 2025,</u></b> at the City of Covington, City Hall Conference Room, Covington, Louisiana, 317 N. Jefferson Avenue, Covington, LA 70433 and online at <a href="https://cityofcoving.sharepoint.com/sites/CityOfCovington/Engineering/Projects/100%20City%20of%20Covington%20Capital%20Improvements/121-113%20-%20C0133%20-%2016th%20Water%20Well%20Building%20Rehab/Engineering/Specifications/www.centralbidding.com">www.centralbidding.com</a>; for furnishing all labor, materials, supervision, etc., and performing all work necessary to complete the <b>DOWNTOWN DRAINAGE IMPROVEMENTS, <u>Project No. C0195</u>, </b>for the City of Covington, Louisiana. Bids will be opened and publicly read aloud after <b>2:00 P.M. </b>in the City Hall Conference Room, City Hall, Covington, Louisiana. Any bids received after <b>2:00 P.M. </b>will be returned unopened.<br /> <br />The Contractor shall hold a Louisiana Contractor’s license in <u>Highway, Street and Bridge Construction</u>. The project consists of <u>replacement of subsurface drainage, drainage lining, replacement of pavement, driveways, sidewalk, water and sewer offsets, asphalt mill and overlay and associated work</u>.<br /> <br />A <b><u>non-mandatory</u> </b>pre-bid conference will be held<b> <u>Thursday, April 17, 2025</u>. </b>The meeting will be held at 2:00 p.m. at City of Covington, City Hall Conference Room, Covington, Louisiana, 317 N. Jefferson Avenue, Covington, LA 70433.<br /> <br />A complete set of Contract Documents are available to download from our web site free of charge: <a href="https://www.covla.com/finance">https://www.covla.com/finance</a><br />A complete set of Bid Documents are also available at Central Bidding (<a href="https://cityofcoving.sharepoint.com/sites/covlat_engineering/Shared%20Documents/ENGINEERING/Projects/100%20City%20of%20Covington%20Capital%20Improvements/121-120%20-%20C0195%20-%20S0073%20-%20Downtown%20Drainage/Engineering/Submittals/www.centralbidding.com">www.centralbidding.com</a>). Electronic Bids may be submitted at Central Bidding (<a href="https://cityofcoving.sharepoint.com/sites/covlat_engineering/Shared%20Documents/ENGINEERING/Projects/100%20City%20of%20Covington%20Capital%20Improvements/121-120%20-%20C0195%20-%20S0073%20-%20Downtown%20Drainage/Engineering/Submittals/www.centralbidding.com">www.centralbidding.com</a>). For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814.<br />Each bid must be accompanied by a bid security in the form of certified check, cashier’s check, or Bid Bond as prescribed by LA RS 38:2218.A.C, in the amount equal to at least five percent (5%) of the total amount bid and payable without conditions to the Owner as a guarantee that the Bidder, if awarded the Contract, will promptly execute a Contract in accordance with his proposal and all terms and conditions of the Contract Documents. The outside envelope in which the bid is placed must be clearly marked as follows:<br /> <br /> <b>Sealed Bid: CITY OF COVINGTON</b><br /><b>DOWNTOWN DRAINAGE IMPROVEMENTS</b><br /> <b><u>Project No. C0195</u></b><br /> <br /> Bid Due Date and Time: <b><u>Friday, May 2, 202, 2:00 P.M.</u></b><br /> <br /><b>INCLUDE: Contractor’s name, address, and Louisiana state contractor’s license number</b><br /> <br />All applicable laws, ordinances, and the rules and regulations of all authorities having jurisdiction over construction of the project shall apply to the Contract throughout.<br />____________________________<br />City of Covington<br />St Tammany Farmer 3xs: 4/2/25, 4/9/25, & 4/16/25
https://www.centralauctionhouse.com/rfp81635848-downtown-drainage-improvements.html
INVITATION TO BIDDERS<br /><br />Sealed bids will be received on Tuesday April 22, 2025, by Terrebonne Levee & Conservation District, at 220-A Clendenning Road, Houma, Louisiana until 10:00 A.M. CST. At exactly 10:00 A.M. CST 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 Executive Director for awarding, rejecting, or holding for further advisement and/or evaluation.<br /><br />ANNUAL ARTICULATED CONCRETE BLOCK MATRESS MATERIALS BID 2025<br />Official Bid Documents are available at Central Bidding. Central Bidding can be accessed at www.centralbidding.com. To view the bid documents, download, and receive bid notices by e-mail, you will have to register with Central Bidding. Vendors/Contractors will have the option to submit their bids & bid bonds (if applicable) electronically through Central Bidding or by paper copy to TLCD. For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /><br />Digital copies of Specifications and bid forms are also on file at the office of T. Baker Smith, LLC, 412 South Van Ave, in Houma, Louisiana, and may be obtained by prospective bidders at no cost. Please contact OWNER’S AGENT, Philip Chauvin, Jr., at 985-223-9228 or by email at philip.chauvin@tbsmith.com concerning the specifications or for any clarifications or information about the bid documents.<br /><br />Written evidence of the authority of the person signing the bid for public works shall be submitted at the time of bidding unless the bidder has complied with La. R.S. 38:2212(B)(5).<br />The LOWEST qualified bid will be the one determined to offer the best advantage to the Terrebonne Levee & Conservation District. The Terrebonne Levee & Conservation District reserves the right to reject any bid for just cause in the best interest of the Terrebonne Levee & Conservation District.<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, Bid Proposals must: (a) be fully completed, signed and be responsive in all respects to the conditions of the Notice to Contractors and Instructions to Bidders; (b) be made on the Proposal Forms provided and submitted intact as part of the Contract Documents; (c) be accompanied by the required items listed in the appropriate sections of the Bidding documents.<br />Successful bidders must register with the Terrebonne Parish Sales and Use Tax Department for use tax purposes. The envelope shall be marked with the bid number, bid title, name, and address and state license number (if applicable) of the Bidder as set forth in the Invitation to Bidders. The Terrebonne Levee & Conservation District reserves the right to reject any and all bids in accordance with State Bid Law.<br /><br />/s/ Angela Hidalgo. <br />ANGELA HIDALGO., EXECUTIVE DIRECTOR<br />TERREBONNE LEVEE & CONSERVATION DISTRICT<br />
https://www.centralauctionhouse.com/rfp81786669-annual-articulated-concrete-block-mattress-materials-bid-2025.html
Bunk House
https://www.centralauctionhouse.com/rfp65896905-bid-1096-bunk-house.html
NOTICE TO BIDDERS<br /> <br />Electronic or sealed bids will be received by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division, City Hall Building, Room 826, 222 Saint Louis Street, 8th Floor, Baton Rouge, La. until 11:00 A.M. April 17, 2025, for the following:<br /> <br />A25-20080 EMS TACTICAL 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 dsstewart@brla.gov.<br /> <br />Bids shall be submitted electronically via www.centralbidding.com or on the solicitation bid forms furnished by the City of Baton Rouge and Parish of East Baton Rouge prior to the bidding deadline.<br /> <br />Electronic bids for the solicitation will be downloaded by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division. Beginning as soon as feasible after the bid closing time all electronic bids will be downloaded and publicly read aloud along with all paper bids received, if any, in Room 806 immediately after the 11:00 a.m. bid closing. Bidders or their authorized representatives are invited to be present.<br /> <br />Note: The City-Parish has elected to use LaPAC, the state's online electronic bid posting and notification system, in addition to its standard means of advertising this requirement. This Invitation to Bid is available in electronic form at the LaPAC website https://wwwcfprd.doa.louisiana.gov/osp/lapac/dspBid.cfm?search=department&term=102.<br /> <br />Bids, amendments to bids or request for withdrawal of bids received after time specified for bid openings shall not be considered for any cause whatsoever.<br /> <br />Inquiries will be received up until 5 pm on April 9, 2025.<br /> <br />Full information may be obtained upon request from the above address or by telephoning Dexter Stewart at (225) 389-3259, Ext. 3264, or via email dsstewart@brla.gov.<br /> <br />Any vendor who would like to listen to the opening of this bid can access the following link, at the date and time of this bid opening:<br /> <br />Join by phone<br />+1-408-418-9388 United States Toll<br />Access code: 263 373 080 (followed by the # button)<br /> <br />Alternate numbers to call if number above is not available, which may occur due to network traffic (use the same Access Code, followed by the # button):<br /> <br />United States Toll (Boston) +1-617-315-0704<br />United States Toll (Chicago) +1-312-535-8110<br />United States Toll (Dallas) +1-469-210-7159<br />United States Toll (Denver) +1-720-650-7664<br />United States Toll (Jacksonville) +1-904-900-2303<br />United States Toll (Los Angeles) +1-213-306-3065<br /> <br />These numbers will provide you with live audio access to this bid opening.
https://www.centralauctionhouse.com/rfp14354374-a25-20080-ems-tactical-uniforms.html
Bid#2026-LARGE EQUIPMENT CPSB
https://www.centralauctionhouse.com/rfp17444981-bid2026-large-equipment-cpsb.html
NOTICE TO BIDDERS<br /> <br />Electronic or sealed bids will be received by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division, City Hall Building, Room 826, 222 Saint Louis Street, 8th Floor, Baton Rouge, La. until 11:00 A.M. April 16, 2025, for the following:<br /> <br />A25-0502 Blueprint services & supplies<br /> <br />Official bid documents are available at Central Bidding (https://www.centralauctionhouse.com/rfpc10656-city-of-baton-rouge.html) or by request from the City of Baton Rouge at dsstewart@brla.gov.<br /> <br />Bids shall be submitted electronically via www.centralbidding.com or on the solicitation bid forms furnished by the City of Baton Rouge and Parish of East Baton Rouge prior to the bidding deadline.<br /> <br />Electronic bids for the solicitation will be downloaded by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division. Beginning as soon as feasible after the bid closing time all electronic bids will be downloaded and publicly read aloud along with all paper bids received, if any, in Room 806 immediately after the 11:00 a.m. bid closing. Bidders or their authorized representatives are invited to be present.<br /> <br />Note: The City-Parish has elected to use LaPAC, the state's online electronic bid posting and notification system, in addition to its standard means of advertising this requirement. This Invitation to Bid is available in electronic form at the LaPAC website https://wwwcfprd.doa.louisiana.gov/osp/lapac/dspBid.cfm?search=department&term=102.<br /> <br />Bids, amendments to bids or request for withdrawal of bids received after time specified for bid openings shall not be considered for any cause whatsoever.<br /> <br />Inquiries will be received up until 5 pm on April 8, 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 hkelly@brla.gov.<br /> <br />Any vendor who would like to listen to the opening of this bid can access the following link, at the date and time of this bid opening:<br /> <br />Join by phone<br />+1-408-418-9388 United States Toll<br />Access code: 263 373 080 (followed by the # button)<br /> <br />Alternate numbers to call if number above is not available, which may occur due to network traffic (use the same Access Code, followed by the # button):<br /> <br />United States Toll (Boston) +1-617-315-0704<br />United States Toll (Chicago) +1-312-535-8110<br />United States Toll (Dallas) +1-469-210-7159<br />United States Toll (Denver) +1-720-650-7664<br />United States Toll (Jacksonville) +1-904-900-2303<br />United States Toll (Los Angeles) +1-213-306-3065<br /> <br />These numbers will provide you with live audio access to this bid opening.
https://www.centralauctionhouse.com/rfp19192858-a25-0502-blueprint-services-supplies.html
It is the intent of the City of Alexandria to secure pricing on Ready-Mix Concrete for use by various City of Alexandria Departments.
https://www.centralauctionhouse.com/rfp46068191-bid-2522-ready-mix-concrete.html
It is the intent of the City of Alexandria to secure pricing on Herbicides, 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/rfp31183334-bid-2523-herbicides.html
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. CST April 14, 2025 for the following:<br /> <br />A25-0617 ALUMINUM SIGN BLANKS GROUP 1-11 & 14<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 ermiller@brla.gov<br /> <br />Bids may be submitted electronically via www.centralauctionhouse.com or on the solicitation bid forms furnished by the City of Baton Rouge and Parish of East Baton Rouge prior to the bidding deadline<br /> <br />Electronic bids for the solicitation will be downloaded by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division. Beginning as soon as feasible after the bid closing time all electronic bids will be downloaded and publicly read aloud along with all paper bids received, if any, in Room 806 immediately after the 11:00 a.m. bid closing. Bidders or their authorized representatives are invited to be present.<br /> <br />Note: The City-Parish has elected to use LaPAC, the state's online electronic bid posting and notification system, in addition to its standard means of advertising this requirement. This Invitation to Bid is available in electronic form at the LaPAC website https://wwwcfprd.doa.louisiana.gov/osp/lapac/dspBid.cfm?search=department&term=102.<br /> <br />Bids, amendments to bids or request for withdrawal of bids received after time specified for bid openings shall not be considered for any cause whatsoever.<br /> <br />Inquiries will be received up until 5:00 P.M. CST on April 07, 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 ermiller@brla.gov<br /> <br />Any vendor who would like to listen to the opening of this bid can access the following phone line, at the date and time of this bid opening:<br /> <br />Join by phone<br />+1-408-418-9388 United States Toll<br />Access code: 263 373 080 (followed by the # button)<br /> <br />Alternate numbers to call if number above is not available, which may occur due to network traffic (use the same Access Code, followed by the # button):<br /> <br />United States Toll (Boston) +1-617-315-0704<br />United States Toll (Chicago) +1-312-535-8110<br />United States Toll (Dallas) +1-469-210-7159<br />United States Toll (Denver) +1-720-650-7664<br />United States Toll (Jacksonville) +1-904-900-2303<br />United States Toll (Los Angeles) +1-213-306-3065<br /> <br />These phone numbers will provide you with live audio access to this bid opening. The phone line will be live at the noted bid opening time for the date of bid opening. All other terms & conditions remain unchanged.
https://www.centralauctionhouse.com/rfp48745242-a25-0617-aluminum-sign-blanks-groups-1-11-14.html
<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. April 15, 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 dsstewart@brla.gov.<br /> <br />Bids shall be submitted electronically via www.centralbidding.com or on the solicitation bid forms furnished by the City of Baton Rouge and Parish of East Baton Rouge prior to the bidding deadline.<br /> <br />Electronic bids for the solicitation will be downloaded by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division. Beginning as soon as feasible after the bid closing time all electronic bids will be downloaded and publicly read aloud along with all paper bids received, if any, in Room 806 immediately after the 11:00 a.m. bid closing. Bidders or their authorized representatives are invited to be present.<br /> <br />Note: The City-Parish has elected to use LaPAC, the state's online electronic bid posting and notification system, in addition to its standard means of advertising this requirement. This Invitation to Bid is available in electronic form at the LaPAC website https://wwwcfprd.doa.louisiana.gov/osp/lapac/dspBid.cfm?search=department&term=102.<br /> <br />Bids, amendments to bids or request for withdrawal of bids received after time specified for bid openings shall not be considered for any cause whatsoever.<br /> <br />Inquiries will be received up until 5 pm on April 8, 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 hkelly@brla.gov.<br /> <br />Any vendor who would like to listen to the opening of this bid can access the following link, at the date and time of this bid opening:<br /> <br />Join by phone<br />+1-408-418-9388 United States Toll<br />Access code: 263 373 080 (followed by the # button)<br /> <br />Alternate numbers to call if number above is not available, which may occur due to network traffic (use the same Access Code, followed by the # button):<br /> <br />United States Toll (Boston) +1-617-315-0704<br />United States Toll (Chicago) +1-312-535-8110<br />United States Toll (Dallas) +1-469-210-7159<br />United States Toll (Denver) +1-720-650-7664<br />United States Toll (Jacksonville) +1-904-900-2303<br />United States Toll (Los Angeles) +1-213-306-3065<br /> <br />These numbers will provide you with live audio access to this bid opening.
https://www.centralauctionhouse.com/rfp36073361-a25-0712-oem-srp-mas-for-bush-hog-rotary-motors.html
<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. April 15, 2025 for the following:<br /> <br />A25-0730 OEM SRP & MAS for Harley-Davidson Motorcycles<br /> <br />Official bid documents are available at Central Bidding (https://www.centralauctionhouse.com/rfpc10656-city-of-baton-rouge.html) or by request from the City of Baton Rouge at dsstewart@brla.gov.<br /> <br />Bids shall be submitted electronically via www.centralbidding.com or on the solicitation bid forms furnished by the City of Baton Rouge and Parish of East Baton Rouge prior to the bidding deadline.<br /> <br />Electronic bids for the solicitation will be downloaded by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division. Beginning as soon as feasible after the bid closing time all electronic bids will be downloaded and publicly read aloud along with all paper bids received, if any, in Room 806 immediately after the 11:00 a.m. bid closing. Bidders or their authorized representatives are invited to be present.<br /> <br />Note: The City-Parish has elected to use LaPAC, the state's online electronic bid posting and notification system, in addition to its standard means of advertising this requirement. This Invitation to Bid is available in electronic form at the LaPAC website https://wwwcfprd.doa.louisiana.gov/osp/lapac/dspBid.cfm?search=department&term=102.<br /> <br />Bids, amendments to bids or request for withdrawal of bids received after time specified for bid openings shall not be considered for any cause whatsoever.<br /> <br />Inquiries will be received up until 5 pm on April 8, 2025.<br /> <br />Full information may be obtained upon request from the above address or by telephoning Dexter Stewart at (225) 389-3259, Ext. 3264, or via email dsstewart@brla.gov.<br /> <br />Any vendor who would like to listen to the opening of this bid can access the following link, at the date and time of this bid opening:<br /> <br />Join by phone<br />+1-408-418-9388 United States Toll<br />Access code: 263 373 080 (followed by the # button)<br /> <br />Alternate numbers to call if number above is not available, which may occur due to network traffic (use the same Access Code, followed by the # button):<br /> <br />United States Toll (Boston) +1-617-315-0704<br />United States Toll (Chicago) +1-312-535-8110<br />United States Toll (Dallas) +1-469-210-7159<br />United States Toll (Denver) +1-720-650-7664<br />United States Toll (Jacksonville) +1-904-900-2303<br />United States Toll (Los Angeles) +1-213-306-3065<br /> <br />These numbers will provide you with live audio access to this bid opening.
https://www.centralauctionhouse.com/rfp40802080-a25-0730-oem-srp-mas-for-harley-davidson-motorcycles.html
Sealed bids will be received by the Pointe Coupee Parish School Board, Attention: Stephen Langlois, 337 Napoleon Street, New Roads, LA 70760 or place electronic bids at www.centralbidding.com until 10:00 AM on April 23, 2025, opened and publicly read aloud.<br />Project No. 25005<br />PCPSB STEM Academy Chiller Replacement<br />Bids received after the above specified time will not be considered.<br />Description of work:<br />This project consists of the removal of the existing 200 ton “YORK” air-cooled chiller (ACC-2) and installation of a new 200 ton air-cooled chiller.<br />Add. Alternates:<br />#1 – If accepted, work shall include removal of the existing 200 ton “TRANE” air-cooled chiller (ACC-1) and installation of a new 200 ton air cooled chiller, in addition, a new chiller foundation shall be required.<br />Complete Bid Documents for this project are available in electronic form. They may be obtained without charge and without deposit from www.centralbidding.com. Printed copies are not available from the Designer, but arrangements can be made to obtain them through most reprographic firms. Plan holders are responsible for their own reproduction costs. Questions about this procedure shall be directed to the Owner at Pointe Coupee Parish School Board, Attention: Stephen Langlois, Email: stephen.langlois@pcpsb.net.<br />Questions about this procedure shall be directed to the Owner at:<br />Pointe Coupee Parish School Board 337 Napoleon Street New Roads, LA 70760 Telephone: 225-638-8674<br />A Non-Mandatory Pre-Bid Conference will be held at 10:00 AM on April 16, 2025, in the STEM Academy lobby, 8434 Pointe Coupee Road, Morganza, LA 70759.<br />The Owner reserves the right to reject any all bids for just cause. In accordance with LA. R.S. 38.2212 (A) (1) (b), the provisions and requirements of this Section, those stated in the advertisement bids, and those required on the bid form shall not be considered as informalities and shall not be waived by any public entity.<br />Bids must be submitted on forms provided by the Owner. Envelopes containing bids and bid guarantee must be sealed, marked with the project name, and with the Contractor’s name as it appears on the License and Louisiana Contractor’s license number on the outside of the envelope.<br />All bids must be accompanied by bid security equal to five (5%) of the sum of the base bid and all alternates and must be in the form of a certified check, cashier’s check or bid Bond form written by a surety company<br />licensed to do business in Louisiana, signed by the surety’s agency or attorney-in-fact. Surety must be listed on the current U. S. Department of the Treasury Financial Management Service list of approved bonding companies as approved for an amount equal to or greater than the amount for which it obligates itself in the Bond or must be Louisiana domiciled insurance company with at least an A – rating in the latest printing of the A. M. 2009.<br />Best’s Key Rating Guide. If surety qualified by virtue of its Best’s listing, the amount of the Bond may not exceed ten percent of policyholders’ surplus as shown in the latest A.M. Best’s Key rating Guide. The bid Bond shall be in favor of the Pointe Coupee Parish School Board and shall be accompanied by appropriate power of attorney. No Bid Bond indicating an obligation of less than five (5%) by any method is acceptable.<br />Bids shall be accepted from Contractor’s who are license under LA. R. S. 37:2156.2 for the classification of Mechanical. The bidder is required to comply with provisions and requirements of LA. R. S. 38:2212 (A) (1)(c). 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 />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 the policyholders’ surplus as shown by surety’s most recent financial statements filed with the Louisiana Department of Insurance and may not exceed the amount of $500,000. However, a Louisiana domiciled insurance company with at least an A – rating in the latest printing of the A.M. Best’s Key Rating Guide shall not be subject to the $500,000 limitation, provided that the contract amount does not exceed ten percent of policyholders’ surplus as shown in the latest A.M. Best’s Key Rating Guide nor fifteen percent of policyholders’ surplus as shown by surety’s most recent financial statements filed with the Louisiana Department of Insurance. The Bond shall be signed by the surety’s agent or attorney-in-fact.<br />Kim Canezaro, Superintendent<br />Pointe Coupee Parish School Board<br />LEGAL AD TO RUN:<br />March 27, 2025<br />April 3, 2025<br />April 10, 2025<br />
https://www.centralauctionhouse.com/rfp95637432-pcpsb-stem-academy-chiller-replacement-project-no-25005.html
PUBLIC NOTICE<br />INVITIATION FOR REQUEST FOR PROPOSALS FOR ENVIRONMENTAL CONSULTING SERVICES<br />Livingston Parish Government invites qualified environmental performs or firms to submit a Request for Proposals for the following project:<br />Drainage Improvements in Livingston Parish<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 Proposals information packet available from the Parish. That information also identifies the scope of services to be performed by the selected firm.<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 Request for Proposals 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 Proposals packet from Central Bidding website: www.centralbidding.com. Only those firms that have responded in accordance with the official RFP 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 Parish’s standard contract provisions in its contract for Environmental 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 RFP packet should be directed by email to Heather Crain at hcrain@livingstonparishla.gov.<br /> <br />The response to this RFP 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, April 22, 2025. Request for Proposals 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/rfp75482034-livingston-parish--request-for-proposals-for-environmental-consulting-services.html
St. Charles Parish Public Schools Request for Proposals for Debris Monitoring Services
https://www.centralauctionhouse.com/rfp57333377-request-for-proposals-debris-monitoring-services.html
The contract work comprises of the construction of a new concrete road and parking lot for future recreation facility.
https://www.centralauctionhouse.com/rfp9167238-p230803-deputy-jeff-g-watson-dr-roadway-extension.html
PUBLIC NOTICE<br />INVITATION TO BID – Used Desktops/Laptops<br />The Ascension Parish Sheriff’s Office is accepting bids for the following used computers and monitors to be sold as is, where is…(Note: Some machines are missing Hard drives and/or RAM)<br />67 Lenovo ThinkCentre<br />32 Panasonic Toughbook<br />16 Lenovo ThinkStation<br />14 Lenovo ThinkPad<br />11 Ipad<br />8 Unknown HP Desktops<br />8 Microsoft Tablets<br />5 HP EliteBook<br />3 HP Pavillion<br />2 Unknown Dell Desktops<br />2 Dell Latitude<br />2 Unknown Desktops<br />1 Dell Inspiron<br />1 Edge PC<br />1 Lenovo Ideapad<br />1 Toshiba<br />24 Desktop MonitorsA detailed list of Model Numbers can be obtained by emailing Kevin Cohn at kcohn@ascensionsheriff.com.<br />The awarded vendor will be responsible for pickup as well as any desired packing of the equipment within 14 days of bid award.<br />Bids must be received in the office before bid opening which will be held on April 17th, 2025 at 10:00 A.M. at the Ascension Parish Sheriff’s Finance Office, which is located on the first floor of the Ascension Parish Governmental Annex Building, located at 828 S. Irma Blvd., Gonzales, LA 70737.<br />All bids must be submitted in a sealed envelope marked “Sealed Bid for Used Desktops/Laptops” and delivered to the Ascension Parish Sheriff’s Office, Ascension Parish Governmental Annex Building, located at 828 S. Irma Blvd., Gonzales, LA 70737, or mailed to P.O. Box 268, Donaldsonville, Louisiana 70346, in time for the bid opening. Bids may also be submitted online at www.CentralBidding.com.<br />The Ascension Parish Sheriff’s Office reserves the right to reject any or all bids, and to waive any formalities.<br /> <br />Bobby Webre, Sheriff<br /> <br />Publish March 27th, April 3rd, and 10th <br />The Gonzales Weekly Citizen<br />
https://www.centralauctionhouse.com/rfp18732203-invitation-to-bid-used-desktopslaptops-the-ascension-parish-sheriffs-office.html
PUBLIC NOTICE<br />INVITATION TO BID – USED PRINTERS, TONER, AND IMAGE DRUMS<br />The Ascension Parish Sheriff’s Office is accepting bids for the following used printers, toner, and image drums to be sold as is:<br />10 Konica Minolta Printers<br />3 OKI Printers<br />3 HP Printers<br />2 Canon Printers<br />2 Brother Printers<br />11 Canon Toner Cartridges<br />26 OKI Toner Cartridges<br />9 OKI Image Drums<br />4 Brother Toner Cartridges<br />4 HP Toner CartridgesA detailed list of Model Numbers can be obtained by emailing Kevin Cohn at kcohn@ascensionsheriff.com.<br />The awarded vendor will be responsible for pickup as well as any desired packing of the equipment within 14 days of bid award.<br />Bids must be received in the office before bid opening which will be held on April 17th, 2025 at 10:00 A.M. at the Ascension Parish Sheriff’s Finance Office, which is located on the first floor of the Ascension Parish Governmental Annex Building, located at 828 S. Irma Blvd., Gonzales, LA 70737.<br />All bids must be submitted in a sealed envelope marked “Sealed Bid for Used Printers, Toner, and Image Drums” and delivered to the Ascension Parish Sheriff’s Office, Ascension Parish Governmental Annex Building, located at 828 S. Irma Blvd., Gonzales, LA 70737, or mailed to P.O. Box 268, Donaldsonville, Louisiana 70346, in time for the bid opening. Bids may also be submitted online at www.CentralBidding.com.<br />The Ascension Parish Sheriff’s Office reserves the right to reject any or all bids, and to waive any formalities.<br /> <br />Bobby Webre, Sheriff<br /> <br />Publish March 27th, April 3rd, and 10th <br />The Gonzales Weekly Citizen<br />
https://www.centralauctionhouse.com/rfp77265621-public-notice-invitation-to-bid-used-printers-toner-and-image-drums-the-ascension-parish-sheriffs-office-.html
<br />SOUTH FORK JUNIOR HIGH SCHOOL LA HIGHWAY 447: LEFT AND RIGHT TURN LANE<br /><br />PLEASE CONTACT: <br /><br />ZILER ARCHITECTS<br />101 CALCO BOULEVARD<br />LAFAYETTE, LA 70503<br />337-269-6326<br /><br />JIM WILLSON<br />SUPERVISOR OF CONSTRUCTION<br />LIVINGSTON PARISH PUBLIC SCHOOLS<br />225-686-4324
https://www.centralauctionhouse.com/rfp81111387-south-fork-junior-high-school-la-highway-447-left-and-right-turn-lane.html
PROVIDE CALIBRATION SERVICES, PARTS AND WARRANTY FOR LOOP TESTERS FOR JEFFERSON PARISH DEPARTMENT OF ENGINEERING
https://www.centralauctionhouse.com/rfp31977578-5000147482-provide-calibration-services-parts-and-warranty-for-loop-testers-for-jefferson-parish-department-of-engineering.html
TANGIPAHOA PARISH GOVERNMENT IS REQUESTING PROPOSALS (RFP) FROM QUALIFIED FIRMS FOR THE PURPOSE OF PROVIDING A DCONTRACT FOR DISASTER DEBRIS MONITORING.
https://www.centralauctionhouse.com/rfp76793048-request-for-proposals-for-disaster-debris-monitoring.html
PURCHASE OF AUTO LEVEL WITH CASE FOR JEFFERSON PARISH DEPARTMENT OF ENGINEERING
https://www.centralauctionhouse.com/rfp19248058-5000147603-purchase-of-auto-level-with-case-for-jefferson-parish-department-of-engineering--.html
PURCHASE OF FILTERS FOR JEFFERSON PARISH DEPARTMENT OF DRAINAGE
https://www.centralauctionhouse.com/rfp82374408-5000147609-purchase-of-filters-for-jefferson-parish-department-of-drainage-.html
PURCHASE OF CONCRETE DRILL FOR JEFFERSON PARISH DEPARTMENT OF STREETS
https://www.centralauctionhouse.com/rfp87008271-5000147594-purchase-of-concrete-drill-for-jefferson-parish-department-of-streets.html
ADVERTISEMENT FOR BIDS<br />BID NO. 50-00147474<br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., April 29 ,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 Dept 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 />EAST BANK REGIONAL LIBRARY<br />MAKERSPACE RENOVATION<br />4747 West Napoleon Avenue, Metairie, LA 70001<br />Project No: 22407<br />Purchases for this project shall be exempt from state sales and use tax according to La. R.S. 47:301(8)(c)(i). The successful bidder shall be granted the tax-exempt status of Jefferson Parish via Form R-1020, Designation of Construction Contractor as Agent of a Governmental Entity Sales Tax Exemption Certificate. Form R-1020 is distributed by the Louisiana Department of Revenue.<br />All bids must be in accordance with the contract documents on file with the Jefferson Parish Purchasing Department, Suite 4400, Jefferson Parish General Government Building, at 200 Derbigny Street, Gretna, Louisiana. Late bids will not be accepted.<br />Each Bid must be accompanied by an electronic bid surety bond in the amount equal to five percent (5%) of the total amount bid, and payable without condition to the owner. Vendors must submit an electronic bid bond through the respective online clearinghouse bond management system(s) as indicated in the electronic bid solicitation on Central Auction House. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission.<br />The drawings and specifications are on file and open for inspection in the Jefferson Parish Purchasing Department, Suite 4400, Jefferson Parish General Government Building, at 200 Derbigny Street, Gretna, Louisiana. A complete set of Contract Documents may be secured from RCL Architecture, L.L.C., 900 W. Causeway Approach, Mandeville, La 70471, Phone: 985-727-4440 by licensed contractors upon receipt of $300.00 per set. Deposit on the first set of documents furnished bona fide prime bidders will be fully refunded upon return of documents in good condition no later than ten (10) days after receipts of bids.<br />The successful bidder will be required to furnish a performance bond guaranteeing faithful performance of the contract. Companies providing the bonds shall comply with the requirements of LA-R.S. 38:2218 and R.S. 38:2219 as applicable.<br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to 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 on April 10_, 2025 at 10:00 AM at the East Bank Regional Library, located at 4747 West Napoleon Avenue, Metairie, LA 70001. 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: March 26, April 02 and 09, 2025<br />For additional information, please visit the Purchasing Webpage at http://www.jeffparish.gov/464/Purchasing or you may call 504-364-2678.
https://www.centralauctionhouse.com/rfp97279584-5000147474-eastbank-regional-library-makerspace-renovation.html
TWO (2) YEAR CONTRACT FOR CUSTOM DIE CAST CHEERLEADING AWARD MEDALS FOR JEFFERSON PARISH DEPARTMENT OF PARKS AND RECREATION
https://www.centralauctionhouse.com/rfp477679-5000147503-two-2-year-contract-for-custom-die-cast-cheerleading-award-medals-for-jefferson-parish-department-of-parks-and-recreation.html
LABOR, MATERIALS, AND EQUIPMENT NEEDED TO INSPECT, BAIT, TREAT, AND REMOVE TERMITES AT THE HOPE HAVEN BUILDING
https://www.centralauctionhouse.com/rfp22775787-5000147546-labor-materials-and-equipment-needed-to-inspect-bait-treat-and-remove-termites-at-the-hope-haven-building--.html
PURCHASE OF PORTABLE AIR COMPRESSOR AND RELATED ITEMS FOR JEFFERSON PARISH DEPARTMENT OF STREETS
https://www.centralauctionhouse.com/rfp52541289-5000147352-purchase-of-portable-air-compressor-and-related-items-for-jefferson-parish-department-of-streets.html
Advertisement for Bids <br /><br /> <br /><br />Notice is hereby given that sealed bids will be received by the Lafayette Parish School System (LPSS) Purchasing Department, 202 Rue Iberville, Lafayette, LA 70508 for the following as delineated on the Proposal Form:<br /><br /> <br /><br />Bids will be marked as follows:<br /><br /> <br /><br /> Printing & Binding of K-12 Instructional Materials<br /><br /> Bid # 37-25<br /><br /> Opening: April 10, 2025, 11:00 a.m. CST<br /><br /> <br /><br />The bid #37-25 is to procure printing and binding services for the printing and binding of K-12 Instructional Materials, which will also include delivery within the school district to schools and the LPSS central office warehouse.<br /><br /> <br /><br />Bids will be publicly opened and read aloud at the above-stated time and date in a Conference Room of the Lafayette Parish School System District Office Building.<br /><br /> <br /><br />Complete bidding documents may be obtained on the Purchasing Department website at https://www.lpssonline.com/departments/business-services/purchasing under ‘Bid Specifications’. Bid information may also be viewed online, and electronic bids may be submitted online at www.centralauctionhouse.com.<br />The owner reserves the right to reject any and all bids for just cause. In accordance with LA. R.S. 38:2212 (a)(1)(b), the provisions and requirements of this section, those stated in the Advertisement for Bids, and those required on the bid form shall not be waived by any public entity.<br /><br /> <br /><br />The Lafayette Public School System strongly encourages the participation of minority business enterprises in all contracts or procurements let by the Board for goods and services. To that end, all contractors and suppliers are encouraged to utilize minority business enterprises in the purchase of sub-contracting of materials, supplies, and services in which minority-owned businesses are available.<br /><br /> <br /><br />The owner reserves the right to reject any and all bids for just cause. <br />Advertising dates: March 26, 2025<br /> April 02, 2025
https://www.centralauctionhouse.com/rfp77214845-bid-37-25--printing-binding-of-k-12-instructional-materials.html
ALL BIDS MUST BE SUBMITTED AS PER SPECIFICATIONS.<br /><br />Contractors/individuals submitting a bid in the amount of $1.00 or more shall be properly licensed by the Louisiana State Licensing Board for the Classification of Hazardous Materials or Hazardous Waste Treatment or Removal. As a contractor you must show the appropriate current license number(s) on the outside of your sealed bid/envelope as well as the inside of the bid. A copy of the contractor’s license must be submitted with bid. Failure to comply will cause your bid to be non-responsive.
https://www.centralauctionhouse.com/rfp41954996-removal-disposal-of-hazardous-non-hazardous-materials-2nd-bid-request-from-various-schoolssites.html
SEALED BIDS will be received until April 23, 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 annual use bid items for delivery as required during the fiscal year beginning July 1, 2025 through June 30, 2026. Any bid received after closing time will be returned unopened<br /> <br />Each bid must be contained in a sealed envelope and each envelope must be clearly marked as applicable:<br /> <br /> SEALED BID: CHLORINE BID# 26-B001<br /> CONCRETE BID# 26-B002<br /> SAND AND GRAVEL BID# 26-B003<br /> ASPHALT BID # 26-B004<br /> <br />OPENING: APRIL 23, 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 purchasingdept@cityofslidell.org .<br /> <br />Bidders also have the option to review bid documents and submit bids electronically by visiting wwwcentralbidding.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 />Blair Ellinwood Director of Finance<br />Advertise: March 26, April 2nd, April 9th 2025
https://www.centralauctionhouse.com/rfp70170812-26-b004-asphalt.html
SEALED BIDS will be received until April 23, 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 annual use bid items for delivery as required during the fiscal year beginning July 1, 2025 through June 30, 2026. Any bid received after closing time will be returned unopened<br /> <br />Each bid must be contained in a sealed envelope and each envelope must be clearly marked as applicable:<br /> <br /> SEALED BID: CHLORINE BID# 26-B001<br /> CONCRETE BID# 26-B002<br /> SAND AND GRAVEL BID# 26-B003<br /> ASPHALT BID # 26-B004<br /> <br />OPENING: APRIL 23, 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 purchasingdept@cityofslidell.org .<br /> <br />Bidders also have the option to review bid documents and submit bids electronically by visiting wwwcentralbidding.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 />Blair Ellinwood Director of Finance<br />Advertise: March 26, April 2nd, April 9th 2025
https://www.centralauctionhouse.com/rfp11807208-26-b003-sand-gravel.html
SEALED BIDS will be received until April 23, 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 annual use bid items for delivery as required during the fiscal year beginning July 1, 2025 through June 30, 2026. Any bid received after closing time will be returned unopened<br /> <br />Each bid must be contained in a sealed envelope and each envelope must be clearly marked as applicable:<br /> <br /> SEALED BID: CHLORINE BID# 26-B001<br /> CONCRETE BID# 26-B002<br /> SAND AND GRAVEL BID# 26-B003<br /> ASPHALT BID # 26-B004<br /> <br />OPENING: APRIL 23, 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 purchasingdept@cityofslidell.org .<br /> <br />Bidders also have the option to review bid documents and submit bids electronically by visiting wwwcentralbidding.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 />Blair Ellinwood Director of Finance<br />Advertise: March 26, April 2nd, April 9th 2025
https://www.centralauctionhouse.com/rfp68547007-26-b002-concrete.html
INVITATION TO BID<br /> <br /> <br />SEALED BIDS will be received until April 23, 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 annual use bid items for delivery as required during the fiscal year beginning July 1, 2025 through June 30, 2026. Any bid received after closing time will be returned unopened<br /> <br />Each bid must be contained in a sealed envelope and each envelope must be clearly marked as applicable:<br /> <br /> SEALED BID: CHLORINE BID# 26-B001<br /> CONCRETE BID# 26-B002<br /> SAND AND GRAVEL BID# 26-B003<br /> ASPHALT BID # 26-B004<br /> <br />OPENING: APRIL 23, 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 purchasingdept@cityofslidell.org .<br /> <br />Bidders also have the option to review bid documents and submit bids electronically by visiting wwwcentralbidding.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 />Blair Ellinwood Director of Finance<br />Advertise: March 26, April 2nd, April 9th 2025
https://www.centralauctionhouse.com/rfp15439792-26-b001-chlorine.html
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00147257<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., April 22, 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 Vehicle Body and Fender Repairs for Jefferson Parish Department of Fleet Management<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: March 26, April 2, and 9, 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/rfp41123308-5000147257--two-2-year-contract-for-vehicle-body-and-fender-repairs-for-jefferson-parish-department-of-fleet-management.html
<div style="text-align: center;"> <b>INVITATION TO BID</b></div><div style="text-align: center;"><b>Sealed Bid No. 25-6888</b></div><br />The City of Kenner (also referenced as “Kenner” and “Owner”) will receive sealed bids for:<div style="text-align: center;"><b>Raised Garden Planter<br />Vintage Drive at Power Blvd.</b></div>The proposed work (“Work”) includes:<div style="text-align: center;">The installation of a garden planter constructed of brick walls with waterproofing. Project also <br />entails the installation of brick pavers, PCCP foundation, an owner provided flag pole (with <br />lighting), landscape lighting, sprinkler system, and electrical work.</div><br />Sealed bids will be received until <b>9:45am on April 28, 2025</b>, by the City of Kenner in the Finance <br />Department located at:<div style="text-align: center;">1610 Reverend Richard Wilson Drive, Building D<br />Kenner, Louisiana 70062<br /> </div>All interested parties are invited to attend the Bid Opening on the same day at <b>10:00 a.m</b>. in the<br />City of Kenner, Building D Auditorium, 1610 Rev. Richard Wilson Drive, Kenner, Louisiana, at which <br />time the bids will be publicly read.<br /><br />There will be a pre-bid meeting on <b>April 7, 2025 at 10:00 am</b> at City of Kenner Building D <br />Auditorium, 1610 Rev. Richard Wilson Drive, Kenner, LA 70062. All interested bidders are encourage <br />to attend.<br /><br />All bids must be in accordance with the Contract Documents (which include, but are not limited to, <br />all documents, sections, terms, provisions, and any requirements provided for in this bid) on file <br />with Digital Engineering & Imaging Inc., 527 W Esplanade Ave., Kenner, LA 70065, the Design <br />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 Digital <br />Engineering & Imaging Inc., 527 W Esplanade Ave., Kenner, LA 70065 upon deposit of $50.00 for each <br />set of documents.<br /><br />Bidders may also obtain copies of Contract Documents for review and may also submit bids <br />electronically by visiting www.centralauctionhouse.com.<br /> <div style="text-align: right;">CITY OF KENNER</div><div style="text-align: right;">/s/Elizabeth Herring<br />Chief Financial Officer</div>Advertisement:<br />The Advocate<br />March 26, 2025, April 2, 2025, and April 9, 2025<br />
https://www.centralauctionhouse.com/rfp33153216-sealed-bid-25-6888-raised-garden-planter-at-vintage-and-power-blvd.html
<div style="text-align: center;">INVITATION TO BID<br /> <br />Sealed Bid No. 25-6890</div> <br />March 26, 2025<br />CONTRACT TO SUPPLY MESH, ROLL WIRE, REBAR, METAL KEYWAY AND CHAIRS AS NEEDED<br />Sealed Bid No. 25-6890<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 SUPPLY MESH, ROLL WIRE, REBAR, METAL KEYWAY AND CHAIRS 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, April 29, 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 /> <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 />March 26, 2025<br />April 2, 2025<br />April 9, 2025
https://www.centralauctionhouse.com/rfp75302105-sealed-bid-25-6890-contract-to-supply-mesh-roll-wire-rebar-metal-keyway-and-chairs.html
ADVERTISEMENT FOR BIDS<br />03/26/25<br /> <br />The City of Vidalia will receive Sealed Bids marked "Bid" for the construction of the project described as follows:<br /> <br />CITY OF VIDALIA<br />WILLIAM T. POLK CITY PARK<br />PHASE IV – PLAYGROUND AND SPLASH PAD<br /> <br />Sealed Bids, delivered in person, by mail, or by special delivery, for the construction of the above project will be received by the Town of Vidalia, located at 200 Vernon Stevens Blvd, Vidalia, LA 71373, until 11:00 a.m. Central Time on Thursday, April 24, 2025 at which time and place bids will be publicly opened and read. Any bids submitted after the above date and time will not be considered. All bids must be submitted on the proper form. The contractor must include his contractor's license number on the Bid. <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, Louisiana Agencies, under Bryant Hammett & Associates, LLC. Prospective Bidders are urged to register with http://www.centralbidding.com website as a plan holder, or with the Engineer, even if Bidding Documents are obtained from a plan room or source other than the designated website in either electronic or paper format. The designated website will be updated periodically with addenda, lists of registered plan holders, reports, and other relevant information to submit a project bid. All official notifications, addenda, and other Bidding Documents will be offered only through the designated website. Prospective Bidders are solely responsible for obtaining the most up-to-date bidding Documents from the designated website. Construction documents can also be obtained from Bryant Hammett & Associates (318-757-6576) in pdf format or via mail. Printed sets require payment of $300 per set. Documents can be mailed to bidders for an additional 25.00 per set. 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. 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 in accordance with LSA R.S. 38:2212(e). Neither Owner nor Engineer will be responsible for Bidding Documents, including addenda, if any, obtained from sources other than the Engineer or designated website. <br /> <br />Bidders may submit bids electronically by pdf through the central bidding website. Electronic bids must be received before 10:30 a.m., Local Time on Thursday, April 24, 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 non-responsive. 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 /> <br /> <br /> <br />Contractors are responsible for reproduction/printing of pdf 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 Municipal & Public Works and/or Heavy construction.<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 forty-five (45) days after the Bid has opened, 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 medwards@bha-engineers.com 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 />Please notify the City of Vidalia (318) 336-5206 seven (7) days in advance of the scheduled bid opening if special accommodation specified under ADA are required.<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.<br /> <br />Concordia Sentinel Publication Dates: City of Vidalia<br />March 26, 2025, April 2, 2025 & April 9, 2025 Buz Craft, Mayor<br />
https://www.centralauctionhouse.com/rfp44262472-city-of-vidalia-william-t-polk-city-park-phase-iv-playground-and-splashpad.html
ON THE LEFT DESCENDING BANK OF BAYOU TERREBONNE. BOUNDED ABOVE BY LOT 3.<br />BOUNDED BELOW BY LOT 5.<br />.
https://www.centralauctionhouse.com/rfp58974499-bid-23-sp-83-surplus-sale-of-adjudicated-property-located-at-1843-highway-55-50-parcel-32627.html
LOT 27 GUS WALKER SUBDIVISION.<br />
https://www.centralauctionhouse.com/rfp76675898-bid-23-sp-63-surplus-sale-of-adjudicated-property-located-at-213-stovall-st-houma-la-70364-100-parcel-26197.html
LOT 60' ON NAQUIN ST. BOUNDED NORTH BY ELVA LESTRICH CHERRY. BOUNDED SOUTH BY<br />FERDINAND WOOLENS. LESS LOT 30 X 75' SOLD, CB 176/637.
https://www.centralauctionhouse.com/rfp58908794-bid-22-sp-12-re-bid-surplus-sale-of-adjudicated-property-located-at-361-naquin-st-houma-la-70360-333333-parcel-25643.html
LOTS 5-A, 6-A & 7-A MEDWARD SUBDIVISION.<br />
https://www.centralauctionhouse.com/rfp76615575-bid-22-sp-63-re-bid-surplus-sale-of-adjudicated-property-located-at-609a-613a-615a-marya-st-la-70344-100-parcel-63142.html
LOT 6 OF REDIVISION OF BLOCKS 7 & 15 ADDEN. 4 MONTEGUT HEIGHTS S/D.
https://www.centralauctionhouse.com/rfp58957903-bid-23-sp-68re-bid-surplus-sale-of-adjudicated-property-located-at-130-wilderness-st-montegut-la-70377-100-parcel-31777.html
LOT ON RAILROAD AVENUE. BOUNDED NORTH BY T. J. EVANS. BOUNDED SOUTH BY HARRY HELLIER.
https://www.centralauctionhouse.com/rfp9630060-bid-22-sp-15-re-bid-surplus-sale-of-adjudicated-property-located-at-358-railroad-ave-houma-la-70360-575-parcel-25644.html
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00147449<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., May 1, 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 Outdoor Play Structure at<br />Avondale South Walking Trail<br /> <br />Purchases for this project shall be exempt from state sales and use tax according to La. R.S. 47:301(8)(c)(i). The successful bidder shall be granted the tax-exempt status of Jefferson Parish via Form R-1020, Designation of Construction Contractor as Agent of a Governmental Entity Sales Tax Exemption Certificate. Form R-1020 is distributed by the Louisiana Department of Revenue.<br /> <br /> <br />Bid specifications may be obtained by visiting the Jefferson Parish Purchasing Department webpage at http://purchasing.jeffparish.gov and selecting the LaPAC Tab. Bids may also be viewed and submitted online free of charge at: www.jeffparishbids.gov. <br /> <br />Each bid must be accompanied by a surety bid bond in the amount of 5% of the total bid amount, or the amount specified, WHEN INDICATED IN THE SPECIFICATIONS. Vendors must submit an electronic bid bond through the respective online clearinghouse bond management system(s) as indicated in the electronic bid Solicitation on Central Auction House. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission. <br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br /> <br /> <br /> <br /><br />Renny Simno<br />Director<br />Purchasing Department<br /> <br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br /><br /> <br />ADV: The New Orleans Advocate: March 26, April 2 and 9, 2025<br /> <br />For additional information, please visit the Purchasing Webpage at http://purchasing.jeffparish.gov or you may call 504-364-2678.
https://www.centralauctionhouse.com/rfp16473877-5000147449-labor-materials-and-equipment-needed-to-install-outdoor-play-structure-at-avondale-south-walking-trail.html
It is the intent of the City of Alexandria to secure pricing on JANITORIAL CHEMICALS, for use by the City of Alexandria. Said material to be inventoried by the Central Warehouse Department and issued on an “as needed” basis. Bids are to remain in effect for a period of twelve (12) months from bid award date. Quantities given are estimated and not guaranteed.<br /> <br />All products shall be new and of current manufacture.
https://www.centralauctionhouse.com/rfp28294033-bid-2513-janitorial-chemicals.html
It is the intent of the City of Alexandria to secure pricing on Operating Supplies, for use by the City of Alexandria Electric Distribution Department. Quoted prices are to remain in effect for a period of twelve (12) months from bid award date. Said material to be inventoried by the Central Warehouse Department and issued to the using department on an “as needed” basis. Quantities given are estimated and not guaranteed. All products shall be new and of current manufacture.<br />
https://www.centralauctionhouse.com/rfp47860992-bid-2514-operating-supplies-electric-distribution.html
It is the intent of the City of Alexandria to secure pricing on GAS METERS for use by the City of Alexandria Gas Department. Said material is to be inventoried by the Central Warehouse Department.<br /> <br />Bids are to remain in effect for twelve (12) months from the bid award date. Quantities are estimated and not guaranteed. Items to be ordered on an “as needed” basis.<br />
https://www.centralauctionhouse.com/rfp92694946-bid-2512-gas-meters-itron-erts.html
Notice is hereby given that sealed bids will be received by the Iberia Parish Sewer District #1, Iberia Parish, Louisiana, at Council Chambers, at Iberia Parish Courthouse Building, 300 Iberia Street, Suite 400, New Iberia 70560 until 10:00 am on Wednesday, April 30, 2025, for the following:<br /> <br />“IBERIA PARISH WATER SECTOR PROJECTS<br />FOR SEWERAGE DISTRICT NO. 1 OF IBERIA PARISH”<br /> <br />at which time bids will be publicly opened.<br /> <br />The base bid of this project generally includes the rehabilitation of an existing pump station, the investigation (smoke testing) and rehabilitation of a pump station collection system, the replacement of two existing package wastewater treatment plants with new plants, and the replacement of one existing package wastewater treatment plant with a new submersible grinder pump station and force main. Additive Alternate #1 generally includes the rehabilitation of an existing submersible pump station and upsizing of the force main that the station discharges to. Additive Alternate #2 generally includes the investigative work (smoke testing) and rehabilitation of a collection system.<br /> <br /> Bids received after the above specified time for opening will be returned unopened to the sender.<br /> <br /> THE CONTRACT DOCUMENTS, consisting of the Advertisement for Bids, Instruction to Bidders, Bid Form, Bid Bond, Agreement, General Conditions, Special Conditions, Performance and Payment Bond, Specifications, and Addenda, may be examined at the following locations during the specified hours:<br /> <br /> Domingue, Szabo & Associates, Inc.102 Asma Boulevard, Suite 305<br />Lafayette, LA 70508<br />Hours: 7:30 a.m. – 5:30 p.m., Monday thru Thursday<br /> 7:30 a.m. – 11:30 a.m., Friday<br /> <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 Iberia Parish Sewerage District #1, 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 />Copies of the plans and specifications and bid documents may be obtained from Domingue, Szabo & Associates, Inc. by emailing the biddocs@dsaengineering.com. Hard copies are available at the above-mentioned address upon payment of one hundred fifty ($150) dollars to reimburse the cost of reproduction and handling. Deposits on the first set of documents furnished to Bona Fide Prime bidders will be fully refunded if returned in good condition within 10 DAYS after receipt of bids. One-half of the deposits will be refunded to Bona Fide Prime bidders upon return of additional sets of documents if returned in good condition within 10 DAYS after receipt of bids. Documents containing marks, torn sheets, or unbound sheets are NOT considered to be in good condition.<br /> <br /> A pre-bid conference for the Project will be held on Wednesday, April 16, 2025 at 10:00 am in Council Chambers. Attendance at the pre-bid conference is encouraged but not required.<br /> <br /> Each bidder shall submit with his bid a certified check, cashier’s check, or bid bond issued by a company licensed to do business in Louisiana. The bond shall be countersigned by a person who is under contract with the surety company or bond issuer as a licensed agent in the state of Louisiana, and who is residing in Louisiana. The amount of this check shall be five (5%) percent of the amount bid and shall be given as a guarantee that the bidder will execute the contract should it be awarded to him. Checks or bonds shall be payable to the Sewerage District No. 1 of Iberia Parish.<br /> <br /> Contractors submitting bids shall be licensed under Louisiana License No. R.S. 37:2150-2164 and shall be classified under Municipal & Public Works construction. The Bidder shall show his license number on the bid and on the sealed envelope submitting the bid.<br /> <br /> No bidder may withdraw his bid for at least one hundred twenty (120) days after the time scheduled for the opening of bids. Each bid shall be submitted only on the Contractor's Bid Form furnished by the Engineer.<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 />A corporate resolution or written evidence of authority authorizing the person signing the bid must be submitted with you bid pursuant to LA. RS 38:2212 B (5). This resolution or written evidence of authority must be signed by an officer who is currently listed with the secretary of state. The authority of the signature of the person submitting the bid shall be deemed sufficient and acceptable if the conditions listed in the information for bidders Section 2 are met. Failure to submit the corporate resolutions or written evidence of authority with your bid shall result in rejection of your bid. Note: Secretary of state business listing shall not be accepted as a corporate resolution.<br />Owner reserves the right to reject any or all bids for just cause; such actions will be in accordance with Title 38 of the Louisiana Revised Statutes.
https://www.centralauctionhouse.com/rfp1502584-iberia-parish-water-sector-projects-for-sewerage-district-no-1-of-iberia-parish.html
DOCUMENT 001113<br /> <br />ADVERTISEMENT FOR BIDS<br /> <br />City of New Iberia<br />Street Improvements<br />Concrete Repair 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, Unreinforced Concrete Pavement, Reinforced Concrete Pavement, Joint Sealing, Asphalt Concrete Pavement Patching, 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, April 24, 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, April 15, 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
https://www.centralauctionhouse.com/rfp55650306-street-improvements-concrete-repair-project.html
PROVIDE PARTS FOR JEFFERSON PARISH DEPARTMENT OF EMERGENCY MANAGEMENT
https://www.centralauctionhouse.com/rfp56208121-5000147591-provide-parts-for-jefferson-parish-department-of-emergency-management.html
FURNISH LABOR, MATERIALS AND NECESSARY ESSENTIALS TO REMOVE AND REPLACE CHAIN LINK SWING GATE FOR JEFFERSON PARISH DEPARTMENT OF PARKS AND RECREATION
https://www.centralauctionhouse.com/rfp96820854-5000147480-furnish-labor-materials-and-necessary-essentials-to-remove-and-replace-chain-link-swing-gate-for-jefferson-parish-department-of-parks-and-recreation.html
5000147492 PURCHASE OF IMPELLER PUMPS FOR JEFFERSON PARISH SEWERAGE DEPARTMENT
https://www.centralauctionhouse.com/rfp58318226-5000147492-purchase-of-impeller-pumps-for-jefferson-parish-sewerage-department.html
5000147495 PURCHASE OF PUMPS AND RELATED ITEMS FOR JEFFERSON PARISH SEWERAGE DEPARTMENT
https://www.centralauctionhouse.com/rfp90162721-5000147495-purchase-of-pumps-and-related-items-for-jefferson-parish-sewerage-department.html
Due Date is April 24, 2025, 2:00 PM
https://www.centralauctionhouse.com/rfp12843497-request-for-statement-of-qualifications-enterprise-drive-westside-boulevard-corridor-expansion-engineering-services.html
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-2122 Provide Security Office Technology & Infrastructure 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 (contracts@mccno.com).<br />Response Requirements<br />All proposals are due by 10:00 a.m. on Thursday, April 17, 2025. Bidders are encouraged to submit bids via electronic submission at Central Bidding - Morial Convention Center<br />
https://www.centralauctionhouse.com/rfp22513095-c-2122-rfp-provide-security-office-technology-and-infrastructure-services-.html
<div style="text-align: center;">REQUEST FOR BID<br /> </div>Sealed bids for the construction of the following project will be received by hand delivery to Shawna Williams at the Plaquemines Port Harbor & Terminal District (PPHTD) located at 8056 Highway 23, 3rd Floor, Belle Chasse, LA 70037, until 1:00 P.M. (CDT), Tuesday, April 22, 2025, and then publicly opened and read in the Port Office at 1:30 PM.(CDT). <br /><br /><b>Bids will also be accepted and received through Central Bidding until 1:00 P.M. (CDT) The public bid opening will be held at the Plaquemines Port Harbor & Terminal District (PPHTD) located at 8056 Highway 23, 3rd Floor, Belle Chasse, LA 70037, beginning at 1:30 P.M. (CDT)</b><br /> <br /> SEALED BID NO: 1000-25<br /> PORT IMPROVEMENTS : <b>PLAQUEMINES PORT ADMINISTRATION<br /> RENOVATIONS – PHASE 1 – NEW ROOF</b><br /> LOCATED IN: Plaquemines Parish<br /> CONTRACTING AGENCY: Plaquemines Port, Harbor and Terminal District<br /> 8056 Highway 23, 3rd Floor<br /> Belle Chasse, LA 70037<br /><br /> ESTIMATED COST: $350,000.00 - $500,000.00<br /><br /> PROPOSAL GUARANTEE: 5% of the Amount of the Bid<br /> Payable to the Plaquemines Port, Harbor and Terminal District<br /><br /> ENGINEER: Meyer Engineers, Ltd.<br /> 4937 Hearst Street, Suite 1B<br /> Metairie, Louisiana 70001<br /> <br />All bids must be in accordance with the contract documents on file with the Plaquemines Port Harbor & Terminal District,<br />8056 Highway 23, 3rd Floor, Belle Chasse, LA 70037. <b>Late bids will not be accepted.</b><br /><br />Each Bid must be accompanied by certified check, cashier’s check, or bid bond acceptable to the owner in the<br />amount equal to five percent (5%) of the total amount bid, including alternates, and payable without condition<br />to the owner as a guarantee that the bidder, if awarded the contract, will promptly execute a contract in<br />accordance with his proposal and all terms and conditions of the contract documents.<p>The drawings and specifications are on file and open for inspection in the Port Office, located at 8056 Highway 23,<br />3rd Floor, Belle Chasse, LA 70037, (Telephone 504.682.7920). A complete set of Contract Documents may be secured<br />electronically via Central Bidding or may be secured from <b>Meyer Engineers, Ltd. located at 4937 Hearst Street,<br />Suite 1B, Metairie, LA 70001 (Phone: 504-885-9892) by</b> licensed contractors upon receipt of <b>$70.00 for hard copy set<br />and/or a non-refundable fee of $25.00 for an electronic set on USB flash drive.</b> Deposit on the first set of documents furnished<br />bona fide prime bidders will be fully refunded upon return to the architect of documents in good condition no later than ten (10) days after receipt of bids.</p>The Contractor shall hold a Louisiana Contractor’s license in <b>BUILDING CONSTRUCTION</b> Classification.<br />The successful bidder will be required to furnish a performance bond guaranteeing faithful performance of the contract.<br />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 Plaquemines Port Harbor & Terminal District reserves the right to reject all bids, waive informalities and<br />to reject non-conforming, non-responsive, un-balanced or conditional bids, pursuant to the law.<br /><br /><b>A Pre-Bid Conference will be held on Wednesday, April 9, 2025, at 10:00AM (CDT) at Plaquemines Port,<br />Harbor and Terminal District, 8056 Highway 23, 3rd Floor, Belle Chasse, LA 70037.</b><br /><br />Questions and comments regarding this bid must be submitted in writing to Meyer Engineers, Ltd.,<br /><b>ATTN: Elena Anderson via email to</b> <b>meyer@meyer-e-l..com</b> no later than <b>4:30 PM on April 11, 2025.</b><br /><br />All interested parties are highly encouraged to attend this pre-bid conference.<br /><br /><b>ADV: Gazette<br /><br />3/25/25<br />4/1/25<br />4/8/25</b><br />
https://www.centralauctionhouse.com/rfp75377476-plaquemines-port-administration-renovations-phase-1-new-roof.html
<br />The Central Community School System will receive sealed bids for the Child Nutrition Program for:<br />Refrigerated Products July 1, 2025–June 30, 2026<br />Frozen: Meat & Meat Products, Vegetables July 1, 2025–June 30, 2026<br />Canned & Dry Products July 1, 2025–June 30, 2026<br />Ice Cream July 1, 2025–June 30, 2026<br />Bread July 1, 2025–June 30, 2026<br />Milk July 1, 2025–June 30, 2026<br />Non-Food Supplies July 1, 2025–June 30, 2026<br /><br />The deadline for submitting questions concerning these bids is Monday, April 7, 2025. Written responses will be provided no later than Thursday, April 10, 2025. There is no pre-bid conference required. <br /> <br />Specifications will be available to vendors until 10:00 am CST on Tuesday, April 29, 2025. <br />Bids can be downloaded from Central Auction House.com. Bid are also available on the Central Community School System, Child Nutrition Program website at www.centralcss.org. Bids may also be picked up at the Child Nutrition office at 11576 Sullivan Road, Baton Rouge, La., 70818 between 8:30 am and 2:00 pm by calling 225-650-2919. <br />The bid openings will be held at the Central Community School Board Office, located at 11576 Sullivan Road, Baton Rouge, La., 70818 at 10:00 am CST on Tuesday, April 29, 2025. If there are any questions, please call 225-650-2919. The public is invited to all bid openings. Vendors’ attendance is not required at the bid opening. <br />This institution is an equal opportunity provider.
https://www.centralauctionhouse.com/rfp89597077-central-community-school-system-child-nutrition-program-2025-2026-bids-.html
SUPPLY RESTROOM WALL PARTITIONS FOR JEFFERSON PARISH DEPARTMENT OF GENERAL SERVICES
https://www.centralauctionhouse.com/rfp94449524-5000147583-supply-restroom-wall-partitions-for-jefferson-parish-department-of-general-services-.html
To be published three times-Legal March 21, 28, & April 4 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: ANNUAL PARISHWIDE HOMEOWNERS SEWAGE PUMP INSTALLATION AND MAINTENANCE PROJECT (CITY PARISH PROJECT NUMBER 25-LP-WC-0004) PROJECT DESCRIPTION: Installation of homeowner sewage pump systems on the private sewer service laterals in a private servitude granted by the homeowner and maintenance of existing homeowner sewage pumps. Electronic or Sealed bids will be received until 2:00 p.m. Local Time, TUESDAY, April 15, 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. Electronic bids and electronic bid bonds must be submitted through Central Bidding (www.centralbidding.com) prior to the bidding deadline. Beginning as soon as feasible after the bid closing time all electronic bids will be downloaded and publicly read aloud along with all paper bids received, if any, in Room 806 of City Hall immediately after the 2:00 p.m. bid closing. Bidders and/or their authorized representatives are invited to be present. 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 12422 Florida Boulevard, Baton Rouge, LA 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 6% 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 Municipal and Public Works Construction, and must show their license number on the face of the bid envelope and the Uniform Public Works Bid Form. 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 a mandatory pre-bid conference for prime contractors. Only those prime bidders who participated in the pre-bid are eligible to receive an award on this project. Bidders to meet on April 1, 2025 at 9:30 a.m. at Environmental Services Facility, 12422 Florida Boulevard, First Floor Conference Room, Baton Rouge, LA 70815. For additional information, please contact Mr. William Fishburn, P.E., Project Manager at William.fishburn@jacobs.com.
https://www.centralauctionhouse.com/rfp68598689-annual-parishwide-homeowners-sewage-pump-installation-and-maintenance-project-city-parish-project-number-25-lp-wc-0004.html
To be published three times-Legal March 21, 28, & April 4 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: ANNUAL PARISHWIDE FENCE REPAIR AND REPLACEMENT PROJECT (CITY-PARISH PROJECT NO. 25-FR-MS-0002) PROJECT DESCRIPTION: Repair and replacement of chain link and wooden fencing and gates for the CityParish Wastewater Collection field pump stations at various locations throughout the Parish. Other agencies may utilize this contract as well. Electronic or Sealed bids will be received until 2:00 p.m. Local Time, TUESDAY, April 15, 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. Electronic bids and electronic bid bonds must be submitted through Central Bidding (www.centralbidding.com) prior to the bidding deadline. Beginning as soon as feasible after the bid closing time all electronic bids will be downloaded and publicly read aloud along with all paper bids received, if any, in Room 806 of City Hall immediately after the 2:00 p.m. bid closing. Bidders and/or their authorized representatives are invited to be present. 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 Facility located at 12422 Florida Boulevard, Baton Rouge, LA 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 16% 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 Municipal and Public Works Construction, and must show their license number on the face of the bid envelope and the Uniform Public Works Bid Form. 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 a mandatory pre-bid conference for prime contractors. Only those prime bidders who participated in the pre-bid are eligible to receive an award on this project. Bidders to meet on April 1, 2025 at 10:00 a.m. at Environmental Services Facility, 12422 Florida Boulevard, First Floor Conference Room, Baton Rouge, LA 70815. For additional information, please contact Mr. William Fishburn, P.E., Project Manager at William.fishburn@jacobs.com.
https://www.centralauctionhouse.com/rfp42727637-annual-parishwide-fence-repair-and-replacement-project-city-parish-project-no-25-fr-ms-0002.html
The Beauregard Parish School Board will take sealed bids to purchase STAPLE GOODS for the Food School Service Program. Bids should be in the Central Office by 1:30 P.M. on Tuesday, April 29, 2025.<br /> <br />Bid Information and specifications may be obtained from Kelli Stanard, Purchasing Agent, at the Beauregard Parish School Board, 202 W. Third Street, DeRidder, LA 70634 or by telephone, 337-463-5551 x10007.<br /> <br />Return bid to the Beauregard Parish School Board, P.O. Box 938, DeRidder, LA 70634 by certified mail, return receipt or hand delivery by 1:30 P.M. on Tuesday, April 29, 2025.<br /> <br />Mark bid envelope: “Sealed – STAPLE GOODS BID”.<br /> <br />In compliance with La. Act 590, electronic bid submittal procedures have been established for this Proposal, and are available at Central Bidding (www.centralbidding.com). Electronic Bids may be submitted at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /> <br /> <br />The Board reserves the right to reject any and all bids and to waive informalities.<br />
https://www.centralauctionhouse.com/rfp79836160-sfs--staple-goods-bid.html
The Beauregard Parish School Board will take sealed bids to purchase REFRIGERATED AND FROZEN FOODS for the Food School Service Program. Bids should be in the Central Office by 1:00 P.M. on Tuesday, April 29, 2025.<br /> <br />Bid Information and specifications may be obtained from Kelli Stanard, Purchasing Agent, at the Beauregard Parish School Board, 202 W. Third Street, DeRidder, LA 70634 or by telephone, 337-463-5551 x10007.<br /> <br />Return bid to the Beauregard Parish School Board, P.O. Box 938, DeRidder, LA 70634 by certified mail, return receipt or hand delivery by 1:00 P.M. on Tuesday, April 29, 2025.<br /> <br />Mark bid envelope: “Sealed – REFRIGERATED AND FROZEN FOODS BID”.<br /> <br />In compliance with La. Act 590, electronic bid submittal procedures have been established for this Proposal, and are available at Central Bidding (www.centralbidding.com). Electronic Bids may be submitted at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /> <br /> <br />The Board reserves the right to reject any and all bids and to waive informalities.
https://www.centralauctionhouse.com/rfp81132006-sfs--refrigerated-and-frozen-food-bid.html
The Beauregard Parish School Board will take sealed bids to purchase PRODUCE for the Food School Service Program. Bids should be in the Central Office by 10:30 A.M. on Tuesday, April 29, 2025.<br /> <br />Bid Information and specifications may be obtained from Kelli Stanard, Purchasing Agent, at the Beauregard Parish School Board, 202 W. Third Street, DeRidder, LA 70634 or by telephone, 337-463-5551 x10007.<br /> <br />Return bid to the Beauregard Parish School Board, P.O. Box 938, DeRidder, LA 70634 by certified mail, return receipt or hand delivery by 10:30 A.M. on Tuesday, April 29, 2025.<br /> <br />Mark bid envelope: “Sealed – PRODUCE BID”.<br /> <br />In compliance with La. Act 590, electronic bid submittal procedures have been established for this Proposal, and are available at Central Bidding (www.centralbidding.com). Electronic Bids may be submitted at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /> <br /> <br />The Board reserves the right to reject any and all bids and to waive informalities.
https://www.centralauctionhouse.com/rfp81177444-sfs--produce-bid.html
The Beauregard Parish School Board will take sealed bids to purchase PAPER GOODS for the Food School Service Program. Bids should be in the Central Office by 10:45 A.M. on Tuesday, April 29, 2025.<br /> <br />Bid Information and specifications may be obtained from Kelli Stanard, Purchasing Agent, at the Beauregard Parish School Board, 202 W. Third Street, DeRidder, LA 70634 or by telephone, 337-463-5551 x10007.<br /> <br />Return bid to the Beauregard Parish School Board, P.O. Box 938, DeRidder, LA 70634 by certified mail, return receipt or hand delivery by 10:45 A.M. on Tuesday, April 29, 2025.<br /> <br />Mark bid envelope: “Sealed – PAPER GOODS BID”.<br /> <br />In compliance with La. Act 590, electronic bid submittal procedures have been established for this Proposal, and are available at Central Bidding (www.centralbidding.com). Electronic Bids may be submitted at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /> <br /> <br />The Board reserves the right to reject any and all bids and to waive informalities.
https://www.centralauctionhouse.com/rfp81189220-sfs--paper-goods-bid.html
The Beauregard Parish School Board will take sealed bids to purchase MILK AND RELATED PRODUCTS for the Food School Service Program. Bids should be in the Central Office by 10:00 A.M. on Tuesday, April 29, 2025.<br /> <br />Bid Information and specifications may be obtained from Kelli Stanard, Purchasing Agent, at the Beauregard Parish School Board, 202 W. Third Street, DeRidder, LA 70634 or by telephone, 337-463-5551 x10007.<br /> <br />Return bid to the Beauregard Parish School Board, P.O. Box 938, DeRidder, LA 70634 by certified mail, return receipt or hand delivery by 10:00 A.M. on Tuesday, April 29, 2025.<br /> <br />Mark bid envelope: “Sealed – MILK AND RELATED PRODUCTS BID”.<br /> <br />In compliance with La. Act 590, electronic bid submittal procedures have been established for this Proposal, and are available at Central Bidding (www.centralbidding.com). Electronic Bids may be submitted at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /> <br /> <br />The Board reserves the right to reject any and all bids and to waive informalities.
https://www.centralauctionhouse.com/rfp33495589-sfs--milk-and-related-products-bid.html
The Beauregard Parish School Board will take sealed bids to purchase BREAD AND BAKERY PRODUCTS for the Food School Service Program. Bids should be in the Central Office by 10:15 A.M. on Tuesday, April 29, 2025.<br /> <br />Bid Information and specifications may be obtained from Kelli Stanard, Purchasing Agent, at the Beauregard Parish School Board, 202 W. Third Street, DeRidder, LA 70634 or by telephone, 337-463-5551 x10007.<br /> <br />Return bid to the Beauregard Parish School Board, P.O. Box 938, DeRidder, LA 70634 by certified mail, return receipt or hand delivery by 10:15 A.M. on Tuesday, April 29, 2025.<br /> <br />Mark bid envelope: “Sealed – BREAD AND BAKERY PRODUCTS BID”.<br /> <br />In compliance with La. Act 590, electronic bid submittal procedures have been established for this Proposal, and are available at Central Bidding (www.centralbidding.com). Electronic Bids may be submitted at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /> <br /> <br />The Board reserves the right to reject any and all bids and to waive informalities.
https://www.centralauctionhouse.com/rfp33491137-sfs--bread-and-bakery-products-bid.html
Notice is hereby given that sealed bids (one original) will be received by the Lafayette Parish School System Purchasing Department, located at 202 Rue Iberville, Lafayette, Louisiana, 70508 and electronic bids will be received at Central Auction House (www.centralbidding.com). Delivery to any other department other than the Purchasing Department is unacceptable and may result in non-consideration of the bid. Bids will be received until 10:00 a.m., on Tuesday, April 15, 2025 for construction of the following project as described in the Bidding Documents and listed on the Bid Form:<br /> <br />Lafayette Parish School System<br />Carencro High School Parking Lot Expansion<br />721 West Butcher Switch Road<br />Lafayette, Louisiana 70507 <br />BID #33-25<br /><br />Project Description: The work consists of providing all equipment, labor, and material necessary for the construction of a concrete parking area at Carencro High School.<br /> <br />It is further understood and agreed that the work under this contract shall be completed within SIXTY (60) consecutive calendar days of the date specified in the Contract or a Notice to Proceed, subject to reimbursement to the owner of liquidated damages in the amount of FIVE HUNDRED DOLLARS ($500.00) per consecutive calendar day.<br /> <br />Bids will be publicly opened and read aloud at the above stated time and date in the Purchasing Office Conference Room of the Lafayette Parish School System Administrative Office Building.<br /> <br />Complete Bidding Documents for this project are being distributed in electronic form and may be obtained without charge and without deposit from the Public Plan Room at www.centralbidding.com. Printed copies are not available from the Owner or Project 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 should be directed to: Central Auction House at (833) 412-5717.<br /> <br />Each bid must be accompanied by a certified check, cashier’s check, or Bid Bond using the Owner’s form payable to the Lafayette Parish School System, the amount of which shall be five percent (5%) of the amount of the proposed Base Bid plus all Alternates. Money Orders will not be accepted. <br /> <br />Electronic bids may be submitted online at www.centralbidding.com. In accordance with LA RS 38: 2212.E(6), bids for this project may be submitted electronically via upload to Central Auction House (www.centralbidding.com). All bid documents shall be uploaded by the due date and time stated above. Questions about this procedure should be directed to Central Auction House at (833) 412-5717. A Bid bond will be required, per the contract documents, and should be uploaded with the rest of the required Bid Documents. If a scanned copy of the Bid Bond is uploaded, the original notarized bid bond must be produced “on-demand” per the Owner’s request.<br /> <br />The successful Bidder shall be required to furnish a Performance and Payment Bond in an amount equal to 100% of the Contract on the forms provided by the School Board and written in accordance with Louisiana law.<br /> <br />Bids shall be accepted only from contractors who are licensed by the Louisiana State Licensing Board for Contractors for the classification of Highway, Street, and Bridge Construction and/or subclassification Driveways, Parking Areas, Asphalt, and Concrete. 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 />Contact Josh Gravois with T. Baker Smith, LLC at 985-223-9273 or josh.gravois@tbsmith.com for any clarification or information with regard to the bid documents. A Pre-Bid Conference will be held at the project site at Carencro High School, 721 West Butcher Switch Road, Lafayette, Louisiana 70507 at 9:00 a.m., April 4, 2025.<br /> <br />The owner reserved the right to reject any and all bids for just cause. <br /> <br />The Lafayette Parish School System strongly encourages the participation of minority business enterprises in all contracts or procurements let by the Board for goods and services. To that end, all contractors and suppliers are encouraged to utilize minority business enterprises in the purchase or sub-contracting of materials, supplies, and services in which minority owned businesses are available.<br /> <br /> <br />LAFAYETTE PARISH SCHOOL SYSTEM <br />Advertising dates: March 21, 2025<br /> March 28, 2025<br /> April 4, 2025<br />
https://www.centralauctionhouse.com/rfp12768625-carencro-high-school-parking-lot-expansion.html
Notice to Proposers<br /> <br /> <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 April 24, 2025 in Room 826, of City Hall, 222 Saint Louis Street, Baton Rouge, Louisiana, 70802 for:<br /> <br />RFP No. 2025-07-7830 – HVAC Labor Only & Chiller Labor & Materials<br /> <br />A mandatory pre-proposal conference and job site visits will be held in-person on April 8, 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 806. Attendance at the pre-proposal conference and job site visits are 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 /> 077830HVACChillerBR@brla.gov<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 April 9, 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.
https://www.centralauctionhouse.com/rfp6943531-rfp-2025-07-7830--hvac-labor-only-chiller-labor-materials.html
NOTICE TO BIDDERS<br /> <br />Electronic or sealed bids will be received by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division, City Hall Building, Room 826, 222 Saint Louis Street, 8th Floor, Baton Rouge, La. until 11:00 A.M. April 09, 2025 for the following:<br /> <br />A25-94893-C BIOHAZARDOUS WASTE PICK UP DISPOSAL- CORONOR’S OFFICE<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 ermiller@brla.gov<br /> <br />Bids shall be submitted electronically via www.centralbidding.com or on the solicitation bid forms furnished by the City of Baton Rouge and Parish of East Baton Rouge prior to the bidding deadline.<br /> <br />Electronic bids for the solicitation will be downloaded by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division. Beginning as soon as feasible after the bid closing time all electronic bids will be downloaded and publicly read aloud along with all paper bids received, if any, in Room 806 immediately after the 11:00 A.M. bid closing. Bidders or their authorized representatives are invited to be present.<br />Note: The City-Parish has elected to use LaPAC, the state's online electronic bid posting and notification system, in addition to its standard means of advertising this requirement. This Invitation to Bid is available in electronic form at the LaPAC website https://wwwcfprd.doa.louisiana.gov/osp/lapac/dspBid.cfm?search=department&term=102.<br /> <br />Bids, amendments to bids or request for withdrawal of bids received after time specified for bid openings shall not be considered for any cause whatsoever.<br /> <br />Inquiries will be received up until 5 pm on March 31, 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 ermiller@brla.gov.<br /> <br />Any vendor who would like to listen to the opening of this bid can access the following link, at the date and time of this bid opening:<br /> <br />Join by phone<br />+1-408-418-9388 United States Toll<br />Access code: 263 373 080 (followed by the # button)<br /> <br />Alternate numbers to call if number above is not available, which may occur due to network traffic (use the same Access Code, followed by the # button):<br /> <br />United States Toll (Boston) +1-617-315-0704<br />United States Toll (Chicago) +1-312-535-8110<br />United States Toll (Dallas) +1-469-210-7159<br />United States Toll (Denver) +1-720-650-7664<br />United States Toll (Jacksonville) +1-904-900-2303<br />United States Toll (Los Angeles) +1-213-306-3065<br /> <br />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/rfp74097636-a25-94893-c-biohazardous-waste-pick-up-disposal--coronors-office.html
NOTICE TO BIDDERS<br /> <br />Electronic or sealed bids will be received by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division, City Hall Building, Room 826, 222 Saint Louis Street, 8th Floor, Baton Rouge, La. until 11:00 A.M. April 09, 2025 for the following:<br /> <br />A25-94893-E BIOHAZARDOUS WASTE PICK UP DISPOSAL- EMS LOCATIONS<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 ermiller@brla.gov<br /> <br />Bids shall be submitted electronically via www.centralbidding.com or on the solicitation bid forms furnished by the City of Baton Rouge and Parish of East Baton Rouge prior to the bidding deadline.<br /> <br />Electronic bids for the solicitation will be downloaded by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division. Beginning as soon as feasible after the bid closing time all electronic bids will be downloaded and publicly read aloud along with all paper bids received, if any, in Room 806 immediately after the 11:00 A.M. bid closing. Bidders or their authorized representatives are invited to be present.<br />Note: The City-Parish has elected to use LaPAC, the state's online electronic bid posting and notification system, in addition to its standard means of advertising this requirement. This Invitation to Bid is available in electronic form at the LaPAC website https://wwwcfprd.doa.louisiana.gov/osp/lapac/dspBid.cfm?search=department&term=102.<br /> <br />Bids, amendments to bids or request for withdrawal of bids received after time specified for bid openings shall not be considered for any cause whatsoever.<br /> <br />Inquiries will be received up until 5 pm on March 31, 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 ermiller@brla.gov.<br /> <br />Any vendor who would like to listen to the opening of this bid can access the following link, at the date and time of this bid opening:<br /> <br />Join by phone<br />+1-408-418-9388 United States Toll<br />Access code: 263 373 080 (followed by the # button)<br /> <br />Alternate numbers to call if number above is not available, which may occur due to network traffic (use the same Access Code, followed by the # button):<br /> <br />United States Toll (Boston) +1-617-315-0704<br />United States Toll (Chicago) +1-312-535-8110<br />United States Toll (Dallas) +1-469-210-7159<br />United States Toll (Denver) +1-720-650-7664<br />United States Toll (Jacksonville) +1-904-900-2303<br />United States Toll (Los Angeles) +1-213-306-3065<br /> <br />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/rfp78341962-a25-94893-e-biohazardous-waste-pick-up-disposal-ems-locations.html
ADVERTISEMENT FOR BIDS<br /> <br />Sealed bids for construction of the following project will be received by the St. Bernard Port, Harbor and Terminal District, 100 Port Boulevard, Chalmette, Louisiana 70043, or send electronic to http://www.centralauctionhouse.com until 2:00 P.M. local time on May 6, 2025, then opened and publicly read at 2:00 P.M. Bids received after 2:00 P.M. local time will not be accepted and will be returned to the Bidder unopened.<br /> <br />PROJECT NUMBER/NAME: STATE PROJECT NR: H.014603<br />CHALMETTE SLIP DOCK 2 SECTION D WAREHOUSE FLOOR REHABILITATION PORT IMPROVEMENTS<br />LOCATED IN: ST. BERNARD PARISH<br /> ARABI TERMINAL<br /> Arabi, LA 70032<br /> <br />TYPE OF CONSTRUCTION: General Construction – Warehouse Floor Rehabilitation<br /> <br />CONTRACTING AGENCY: St. Bernard Port, Harbor & Terminal District<br />100 Port Blvd, 3rd Floor Chalmette, Louisiana 70043<br />ESTIMATED COST: $10,000,000 to $15,000,000<br /> <br />PROPOSAL GUARANTY: 5% of the Amount of Bid<br />Payable to St. Bernard Port Harbor & Terminal District<br /> <br /> <br />PRE-BID CONFERENCE: April 11, 2025 at 10:00 AM Local Time<br /> 100 Port Boulevard<br /> 3rd Floor Conference Room<br /> CHALMETTE, LA 70043 (Site visit to follow ) <br /> <br />ENGINEER: VOLKERT, INC.<br />4141 BIENVILLE ST., SUITE 102<br />NEW ORLEANS, LA 70119 504.488.8002<br />Bids must be submitted on the forms provided by the Contracting Agency, must be prepared in accordance with Section 2 of the 2018 Edition of the Louisiana Department of Transportation and Development, Office of Multimodal Commerce, General Provisions and must include all the information required by the bid form. Bid forms are available from the Engineer and will not be issued later than 24 hours prior to the time set for opening the bids. Each bid shall include a proposal guaranty in an amount not less than<br />specified above.<br /> <br />The contract will be awarded to the lowest responsible bidder without discrimination on grounds of race, color, sex or national origin. Disadvantaged businesses will be offered full opportunity to submit bids.<br />Plans and specifications may be seen at the Engineer's office. Plans may be obtained from the Engineer upon payment of<br />$100.00. 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 within ten days after receipt of the bids.<br /><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. 38:2212(A)(1 )(C) or LA R.S. 38:2212(0).<br /> <br />A Bid will be considered responsive if it conforms in all respects with the conditions and requirements of the Bidding Documents. In order to be considered responsive, Bid Proposals must; (a) be fully completed, signed and be responsive in all respects to the conditions of the Invitation and Instructions to Bidders; (b) be made on the Proposal Forms provided and submitted intact as part of the Bid Documents; (c) be accompanied by the required items listed in the appropriate sections of the Bidding documents.<br /> <br />The envelope shall be marked with the bid number, bid title, name, and address and state license number of the Bidder as set forth in the Invitation to Bidders.<br /> <br />The LOWEST qualified bid will be the one determined to offer the best advantage to the St. Bernard Port, Harbor and Terminal District. The St. Bernard Port, Harbor and Terminal District reserves the right to reject any bid for just cause in the best interest of St. Bernard Port, Harbor and Terminal District.<br />The award of a contract, if awarded, will be made to the lowest qualified bidder whose proposal complies with all requirements prescribed within 45 calendar days after opening proposals. However, when the contract is to be financed by bonds which are required to be sold after receipts of bids, or when the contract is to be financed in whole or part by federal or other funds not available at the time bids are received, the time will not start until receipt of federal and/or state concurrence or concurrence of the other funding source. Award will be within 30 calendar days after the sale of bonds or receipt of concurrence in award from federal and/or state agency or other funding source. The successful bidder will be notified by letter mailed to the address shown in the proposal that the bidder is awarded the contract.<br />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 />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 /> Drew M. Heaphy, Executive Direction<br /> <br />St. Bernard Port Harbor & Terminal District<br /><br /><br /><br /><br />PUBLISH: 1st Advertisement Date: March 21, 2025<br /> 2nd Advertisement Date: March 28, 2025<br /> 3rd Advertisement Date: April 4, 2025<br /> <br /><br /><br />
https://www.centralauctionhouse.com/rfp74073534-chalmette-slip-dock-2-section-d-warehouse-floor-rehabilitation.html
<div style="text-align: center;">PUBLIC NOTICE<br /> <br />INVITATION TO BID</div> <br />The Beauregard Parish Sheriff’s Office is accepting bids for one new truck meeting the specifications below:<br /> <br />New 2025 Chevrolet Silverado 1500 LT Crew Cab, 4WD, 5.3L EcoTec V8 Engine<br /> <br />Or its equivalent<br /> <br />Color-Silver or Gray<br /> <br />The successful bidder must be able to deliver vehicle within 7 days.<br /> <br />Bids will be opened publicly and read aloud on Tuesday, April 8, 2025 at 10:00 a.m. at the Beauregard Parish Sheriff’s Office, Civil Office, which is located at 120 South Stewart Street, DeRidder, LA 70634.<br /> <br />All bids must be submitted in a sealed envelope marked “Sealed Bid for New Truck” and delivered to the Beauregard Parish Sheriff’s Office, Civil Office, located at 120 South Stewart Street, DeRidder, LA 70634 or mailed to PO Box 370, DeRidder, LA 70634, in time for the bid opening. Bids may also be submitted online at www.CentralBidding.com.<br /> <br />For more information regarding the specifications or the bid process, please call 337-462-2400.<br /> <br />The Beauregard Parish Sheriff’s Office reserves the right to reject any or all bids, and to waive any formalities.<br /> <br />Mark Herford, Sheriff<br /> <br /> <br />Publish March 21, 2025 and March 28, 2025 in Beauregard News
https://www.centralauctionhouse.com/rfp36822401-bid-for-new-truck.html
Staple Food Bid
https://www.centralauctionhouse.com/rfp93914580-staple-food-bid.html
Produce Bid
https://www.centralauctionhouse.com/rfp77258255-produce-bid.html
FURNISH LABOR, MATERIALS AND EQUIPMENT TO PROVIDE REFRIGERATION AND ICE MACHINE 1 YEAR OF PREVENTIVE MAINTENANCE FOR JEFFERSON PARISH JUVENILE SERVICES
https://www.centralauctionhouse.com/rfp95218710-5000147380-furnish-labor-materials-and-equipment-to-provide-refrigeration-and-ice-machine-1-year-of-preventive-maintenance-for-jefferson-parish-juvenile-services.html
PROVIDE LABOR AND MATERIALS TO REPAIR CONVEYOR BELTS FOR JEFFERSON PARISH DEPARTMENT OF WATER
https://www.centralauctionhouse.com/rfp77751450-5000147508-provide-labor-and-materials-to-repair-conveyor-belts-for-jefferson-parish-department-of-water.html
NOTE: Any questions regarding the technical specifications or quote process shall be addressed to at lmorrisont@lafayettela.gov. Only questions in writing shall be addressed. Please include in the email’s subject line – Questions – Annual Rehab Contracts – FLOORING<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 lmorrison@lafayettela.gov<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/rfp79869698-rfq-flooring.html
LABOR, MATERIALS, AND EQUIPMENT NEEDED TO INSTALL ONE (1) ALUMINUM CANOPY AT THE HARAHAN LIBRARY
https://www.centralauctionhouse.com/rfp81119266-5000147472-labor-materials-and-equipment-needed-to-install-one-1-aluminum-canopy-at-the-harahan-library.html
<br />SEALED BIDS WILL BE RECEIVED BY ST. CHARLES PARISH UP TO:<br /><br /><br />11:00a.m – Thursday, April 8th, 2025<br />AT THE ST. CHARLES PARISH PROCUREMENT OFFICE, ROOM 3400, P. O. BOX 302, 15045 RIVER ROAD, PARISH COURTHOUSE, 3rd FLOOR PARISH PRESIDENT’S OFFICE, HAHNVILLE, LOUISIANA, 70057, EITHER BY MAIL, HAND DELIVERED OR ON-LINE AT: https://www.centralbidding.com PROMPLY THEREAFTER, THE BID(S) WILL BE PUBLICLY OPENED AND READ ALOUD ON THE 3rd FLOOR IN THE LARGE CONFERENCE ROOM OF THE ST. CHARLES PARISH COURTHOUSE. FOR: BID #(s):<br /> <br />BID# 1009 – TWO YEAR CONTRACT FOR ROLL OFF CONTAINERS FOR PUMPING STATIONS<br /> <br />DETAILED SPECIFICATIONS MAY BE PICKED UP, MAILED, OR EMAILED BY CONTACTING SAMANTHA PEARCE AT THE PARISH COURTHOUSE (PHONE 985-783-5000) OR AN EMAIL REQUESTED TO spearce@stcharlesgov.net BID RELATED<br />DOCUMENTS MAY BE VIEWED ON-LINE AT https://www.centralbidding.com.<br />ST. CHARLES PARISH RESERVES THE RIGHT TO REJECT ANY AND ALL BIDS, IN WHOLE OR IN PART, PURSUANT TO THE LAW.<br />ST. CHARLES PARISH PROCUREMENT OFFICE BID ADVERTISED:<br />P. O. BOX 302 ST. CHARLES HERALD GUIDE<br />HAHNVILLE, LA 70057 March 20 and 27, 2025<br />
https://www.centralauctionhouse.com/rfp81146016-bid-1009-2-year-contract-for-roll-off-containers.html
<br />SEALED BIDS WILL BE RECEIVED BY ST. CHARLES PARISH UP TO:<br /><br /><br />11:00a.m – Thursday, April 8th, 2025<br />AT THE ST. CHARLES PARISH PROCUREMENT OFFICE, ROOM 3400, P. O. BOX 302, 15045 RIVER ROAD, PARISH COURTHOUSE, 3rd FLOOR PARISH PRESIDENT’S OFFICE, HAHNVILLE, LOUISIANA, 70057, EITHER BY MAIL, HAND DELIVERED OR ON-LINE AT: https://www.centralbidding.com PROMPLY THEREAFTER, THE BID(S) WILL BE PUBLICLY OPENED AND READ ALOUD ON THE 3rd FLOOR IN THE LARGE CONFERENCE ROOM OF THE ST. CHARLES PARISH COURTHOUSE. FOR: BID #(s):<br /> <br /><br />BID# 1007 FOR (3) SCAG TIGER CAT II OR EQUAL LAWNMOWERS FOR THE RECREATION DEPARTMENT<br /> <br /> <br />DETAILED SPECIFICATIONS MAY BE PICKED UP, MAILED, OR EMAILED BY CONTACTING SAMANTHA PEARCE AT THE PARISH COURTHOUSE (PHONE 985-783-5000) OR AN EMAIL REQUESTED TO spearce@stcharlesgov.net BID RELATED<br />DOCUMENTS MAY BE VIEWED ON-LINE AT https://www.centralbidding.com.<br />ST. CHARLES PARISH RESERVES THE RIGHT TO REJECT ANY AND ALL BIDS, IN WHOLE OR IN PART, PURSUANT TO THE LAW.<br />ST. CHARLES PARISH PROCUREMENT OFFICE BID ADVERTISED:<br />P. O. BOX 302 ST. CHARLES HERALD GUIDE<br />HAHNVILLE, LA 70057 March 20 and 27, 2025
https://www.centralauctionhouse.com/rfp64585902-bid-1007-for-3-scag-tiger-cat-ii-or-equal-lawnmowers-for-the-recreation-department.html
<br />SEALED BIDS WILL BE RECEIVED BY ST. CHARLES PARISH UP TO:<br /><br /><br />11:00a.m – Thursday, April 8th, 2025<br />AT THE ST. CHARLES PARISH PROCUREMENT OFFICE, ROOM 3400, P. O. BOX 302, 15045 RIVER ROAD, PARISH COURTHOUSE, 3rd FLOOR PARISH PRESIDENT’S OFFICE, HAHNVILLE, LOUISIANA, 70057, EITHER BY MAIL, HAND DELIVERED OR ON-LINE AT: https://www.centralbidding.com PROMPLY THEREAFTER, THE BID(S) WILL BE PUBLICLY OPENED AND READ ALOUD ON THE 3rd FLOOR IN THE LARGE CONFERENCE ROOM OF THE ST. CHARLES PARISH COURTHOUSE. FOR: BID #(s):<br /> <br />BID# 1006 FOR 8 SETS OF BLEACHERS FOR WB BRIDGE PARK AND EB BRIDGE PARKS, DEPARTMENT OF RECREATION<br /> <br /> <br />DETAILED SPECIFICATIONS MAY BE PICKED UP, MAILED, OR EMAILED BY CONTACTING SAMANTHA PEARCE AT THE PARISH COURTHOUSE (PHONE 985-783-5000) OR AN EMAIL REQUESTED TO spearce@stcharlesgov.net BID RELATED<br />DOCUMENTS MAY BE VIEWED ON-LINE AT https://www.centralbidding.com.<br />ST. CHARLES PARISH RESERVES THE RIGHT TO REJECT ANY AND ALL BIDS, IN WHOLE OR IN PART, PURSUANT TO THE LAW.<br />ST. CHARLES PARISH PROCUREMENT OFFICE BID ADVERTISED:<br />P. O. BOX 302 ST. CHARLES HERALD GUIDE<br />HAHNVILLE, LA 70057 March 20 and 27, 2025<br />
https://www.centralauctionhouse.com/rfp79874214-bid-1006-for-8-sets-of-bleachers-for-wb-bridge-park-east-bank-bridge-parks-department-of-recreation.html
SEALED BIDS WILL BE RECEIVED BY ST. CHARLES PARISH UP TO:<br /><br /><br />11:00am – TUESDAY, APRIL 8, 2025<br />AT THE ST. CHARLES PARISH PROCUREMENT OFFICE, ROOM 3400, P. O. BOX 302, 15045 RIVER ROAD, PARISH COURTHOUSE, 3rd FLOOR PARISH PRESIDENT’S OFFICE, HAHNVILLE, LOUISIANA, 70057, EITHER BY MAIL, HAND DELIVERED OR ON-LINE AT: https://www.centralbidding.com PROMPLY THEREAFTER, THE BID(S) WILL BE PUBLICLY OPENED AND READ ALOUD ON THE 3rd FLOOR IN THE LARGE CONFERENCE ROOM OF THE ST. CHARLES PARISH COURTHOUSE. FOR: BID #(s):<br /> <br /> <br />Bid 1008 - 2 Year Contract for Signs and Post<br /> <br /> <br />DETAILED SPECIFICATIONS MAY BE PICKED UP, MAILED, OR EMAILED BY CONTACTING SAMANTHA PEARCE AT THE PARISH COURTHOUSE (PHONE 985-783-5000) OR AN EMAIL REQUESTED TO atouchard@stcharlesgov.net BID RELATED<br />DOCUMENTS MAY BE VIEWED ON-LINE AT https://www.centralbidding.com.<br />ST. CHARLES PARISH RESERVES THE RIGHT TO REJECT ANY AND ALL BIDS, IN WHOLE OR IN PART, PURSUANT TO THE LAW.<br /><br />ST. CHARLES PARISH PROCUREMENT OFFICE BID ADVERTISED:<br />P. O. BOX 302 ST. CHARLES HERALD GUIDE<br />HAHNVILLE, LA 70057 March 20, 2025<br /> March 27, 2025
https://www.centralauctionhouse.com/rfp64991780-bid-1008--2-year-contract-for-signs-and-posts.html
The Claiborne Parish School Board will open sealed bids at its office, 415 East Main Street, Homer, Louisiana, on April 22, 2025, at 11:00 a.m. for the <b>SALE OF SURPLUS REAL</b> <b>PROPERTY </b>– Homer, Claiborne Parish, Louisiana 71040. All bids shall be submitted sealed to Chris Brooks, Superintendent, on or before the above time and date. Envelopes containing bids should be plainly marked: "Bid for Old Homer Junior High School Property, Homer, LA (14.7 ACRES)".<br /><br />Please contact (318) 927-3502 for more information.
https://www.centralauctionhouse.com/rfp22346092-old-homer-jr-high-property-bid.html
NOTE: Any questions regarding the technical specifications or quote process shall be addressed to Liz Morrison at lmorrison@lafayettela.gov. 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 lmorrison@lafayettela.gov<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.
https://www.centralauctionhouse.com/rfp2852894-rfq-termite-treatment.html
NOTE: Any questions regarding the technical specifications or quote process shall be addressed to Liz Morrison at tlmorrison@lafayettela.gov. 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 lmorrison@lafayettela.gov<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/rfp77703676-rfq-insulation-.html
NOTE: Any questions regarding the technical specifications or quote process shall be addressed to Liz Morrison at tlmorrison@lafayettela.gov. 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 lmorrison@lafayettela.gov<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 /> <br />NOTE: Any questions regarding the technical specifications or quote process shall be addressed to Liz Morrison at tlmorrison@lafayettela.gov. 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 lmorrison@lafayettela.gov<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/rfp81195117-hvac.html
<br />NOTE: Any questions regarding the technical specifications or quote process shall be addressed to Liz Morrison at tlmorrison@lafayettela.gov. Only questions in writing shall be addressed. Please include in the email’s subject line – Questions – Annual Rehab Contracts – Electrical (Rewire).<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 lmorrison@lafayettela.gov <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/rfp77799386-rfq-electrical-rewire.html
ADVERTISEMENT FOR BIDS<br />03/20/25<br />LAKE PROVIDENCE PORT COMMISSION<br />PORT ROAD THIRD LANE ADDITION<br /> <br />Sealed Bids, delivered in person, by mail, or by special delivery, for the Port Road Third Lane Addition will be received, by the Lake Providence Port Commission at the Project Engineer’s Office, Bryant Hammett & Associates, LLC at 6885 Hwy. 84, Ferriday, LA 71334 no later than 3:00 p.m., Local Time, on Thursday, April 17, 2025. Bids shall be designated as "Sealed Bid" Lake Providence Port Commission – Port Road Third Lane Addition at which time the Bids received will be publicly opened and read.<br /> <br />All bids must be submitted on the proper form. The contractor must prominently display his license number on the outside of the envelope. Bids received after the specified time and date will not be considered. <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, Louisiana Agencies, under Bryant Hammett & Associates, LLC. Prospective Bidders are urged to register with http://www.centralbidding.com website as a plan holder, or with the Engineer, even if Bidding Documents are obtained from a plan room or source other than the designated website in either electronic or paper format. The designated website will be updated periodically with addenda, lists of registered plan holders, reports, and other relevant information to submit a project bid. All official notifications, addenda, and other Bidding Documents will be offered only through the designated website. Prospective Bidders are solely responsible for obtaining the most up-to-date bidding Documents from the designated website. Construction documents can also be obtained from Bryant Hammett & Associates (318-757-6576) in pdf format or via mail. Printed sets require payment of $300 per set. Documents can be mailed to bidders for an additional 25.00 per set. 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. 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 in accordance with LSA R.S. 38:2212(e). Neither Owner nor Engineer will be responsible for Bidding Documents, including addenda, if any, obtained from sources other than the Engineer or designated website. <br /> <br />Bidders may submit bids electronically by pdf through the central bidding website. Electronic bids must be received before 2:30 p.m., Local Time on Thursday, April 17, 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 Owner 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 />Contractors are responsible for reproduction/printing of pdf 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 Highway Street and Bridge Construction.<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 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 />All bidders and subcontractor’s must have an active Unique Entity ID Number, as verified on www.sam.gov, prior to the beginning of construction. <br /> <br />Attention to Bidders is particularly called to the requirements as to conditions of employment to be observed and minimum wage rates to be paid under the Contract, Section 3, Segregated Facilities, Section 109, Executive Order 11246, and all applicable laws and regulations of the Federal Government and State of Louisiana and bonding and insurance requirements.<br /> <br />Each bidder must deposit with his/her bid, security in the amount, form, and subject to the conditions provided in the Information for Bidders. Bid bonds shall be written by a surety or insurance company currently on the U.S. Department of the Treasury Circular 570 list of approved bonding companies which is published annually in the Federal Register.<br /> <br />No bidder may withdraw his/her bid within forty-five (45) days after the actual date of the opening thereof.<br /> <br />Any 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 kcapdepon@bha-engineers.com 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 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.<br /> <br />If special accommodations specified under the ADA are required, please notify the Engineer’s Office (318) 757-6576 seven (7) days before the scheduled bid opening.<br /> <br />The Owner hereby notifies all offerors that in regards 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.<br /> <br /> <br />Publication: Bryant Killen, Executive Director<br />The East Carroll Banner: Lake Providence Port Commission<br /> 3/20/25, 3/27/25 & 4/3/25 409 Port Road<br /> Lake Providence, LA 71254-4031<br />
https://www.centralauctionhouse.com/rfp70105935-lake-providence-port-commission--port-road-third-lane-addition.html
"Per BID specifications"
https://www.centralauctionhouse.com/rfp39957043-large-equipment-for-msa-west-white-castle-high-and-east-iberville-cafeterias.html
LPPS Child Nutrition Department<br />13909 Florida Blvd.<br />PO Box 1130<br />Livingston, La 70754<br />225-686-4278
https://www.centralauctionhouse.com/rfp52541113-bid-no-25-09-purchased-foods.html
LPPS Child Nutrition Department<br />13909 Florida Blvd.<br />PO Box 1130<br />Livingston, La 70754<br />225-686-4278
https://www.centralauctionhouse.com/rfp81630592-bid-no-25-08-milk-and-milk-products.html
LPPS Child Nutrition Department<br />13909 Florida Blvd.<br />PO Box 1130<br />Livingston, La 70754<br />225-686-4278
https://www.centralauctionhouse.com/rfp76169568-bid-no-25-07-ice-cream-products.html
LPPS Child Nutrition Department<br />13909 Florida Blvd.<br />PO Box 1130<br />Livingston, La 70754<br />225-686-4278
https://www.centralauctionhouse.com/rfp77783212-bid-no-25-06-food-service-disposables-multi-site-delivery.html
<h1>REQUEST FOR QUALIFICATIONS</h1> <br />Request for qualifications will be received by the Ascension Parish Government at the Ascension Parish Government Purchasing Office, 615 East Worthey St., Gonzales, LA 70737 until <b>April 17, 2025</b>, at 3:00 p.m. (CDT) for the following:<br /> <h1>Bridge Load Rating and Design</h1><b>STATEMENT OF WORK</b><br />The Ascension Parish Government (Parish) is soliciting requests for qualifications from experienced and qualified firm(s) to provide bridge load rating, inspection, reporting, and design services for infrastructure projects in Ascension Parish. Multiple firms may be selected.<br /><br /><b>PROJECT DESCRIPTION </b><br />Projects in the Parish are constructed under the criteria and guidelines of the latest edition of the State of Louisiana Department of Transportation and Development Standard Specifications for Roads and Bridges, along with any Supplemental Specifications that have been issued. <br /> <br />The Parish desires to have competent contractors available to perform tasks shown in the Scope of Services. The Parish is requesting qualification statements from interested firms who can provide services to facilitate these types of projects in an <b>EXPEDITIOUS</b> manner.<br /><br /><b>SCOPE OF WORK</b><br />Scopes of work will be prepared on an as-needed basis. Each scope will be prepared with a Task Order to the CONSULTANT to be accomplished based on a negotiated bill rates fee schedule and within the time outlined in the Task Order and scope prepared by the Parish. In the event a scope of work or task request cannot be completed by the CONSULTANT, the CONSULTANT shall notify the Parish as soon as it is understood the work cannot be completed, according to the Task Order. This contract is not limited to roads.<br /> <br />The selected CONSULTANT(s) will perform bridge load rating testing for parish-wide projects. Bridge load rating testing shall consist of, but not limited to, bridge load rating summary sheets, calculations and as-built or bridge sketches and any program analysis input files, such as AASHTOWare Bridge Rating (BrR) input files as identical to that required by LADOTD to ensure Parish compliance with the LADOTD Off-System program. Task Orders may include the following work:<br /> <ol> <li>Plan and Document Review</li> <li>Bridge Inspection</li> <li>Analysis & Load Rating</li> <li>Rating/Analysis Reports</li></ol> <br />All questions regarding the RFQ shall be submitted to the Purchasing Department via email at <a href="mailto:purchasing@apgov.us">purchasing@apgov.us</a> by 3:00 p.m. local time (CDT) on <b>April 1, 2025</b>. Responses will be coordinated with the<br /> <br />Project Coordinator and posted on the <a href="http://www.centralauctionhouse.com/">www.centralauctionhouse.com</a> by 3:00 p.m. local time (CDT) no later than <b>April 8, 2025</b>.<br /> <br />Firms/individuals who are interested in providing services requested under this RFQ 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. CDT 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 />DONALDSONVILLE CHIEF PLEASE PUBLISH 3/20/2025, 3/27/2025, 4/3/2025<br />GONZALES WEEKLY PLEASE PUBLISH 3/20/2025, 3/27/2025, 4/3/2025
https://www.centralauctionhouse.com/rfp68590061-bridge-load-rating-and-design.html
<h1>REQUEST FOR QUALIFICATIONS</h1> <br />Request for qualifications will be received by the Ascension Parish Government at the Ascension Parish Government Purchasing Office, 615 East Worthey St., Gonzales, LA 70737 until <b>April 17, 2025</b>, at 3:00 p.m. (CDT) for the following:<br /> <h1>Geotechnical Assistance</h1><b>STATEMENT OF WORK</b><br />The Ascension Parish Government (Parish) is soliciting requests for qualifications from experienced and qualified firm(s) to provide testing services on a variety of projects, including, but not limited to, road construction projects and Quality Assurance testing for development projects in Ascension Parish. Multiple firms may be selected.<br /><br /><b>PROJECT DESCRIPTION: </b><br />Projects in the Parish are constructed under the criteria and guidelines of the latest edition of the State of Louisiana Department of Transportation and Development Standard Specifications for Roads and Bridges, along with any Supplemental Specifications that have been issued. Many of these projects require specific technical specifications for materials used during construction to include, but not be limited to, soil analysis, cement and asphalt density, material mixtures, material breakdown, etc. This testing requires samples and tests to be run in the field, as well as laboratory testing. It takes specialized indoor and outdoor equipment to do the necessary geotechnical testing.<br /> <br />All questions regarding the RFQ shall be submitted to the Purchasing Department via email at <a href="mailto:purchasing@apgov.us">purchasing@apgov.us</a> by 3:00 p.m. local time (CST) on <b>April 1, 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 (CDT) no later than <b>April 8, 2025</b>.<br /> <br />Firms/individuals who are interested in providing services requested under this RFQ 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. CDT 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 />DONALDSONVILLE CHIEF PLEASE PUBLISH 3/20/2025, 3/27/2025, 4/3/2025<br />GONZALES WEEKLY PLEASE PUBLISH 3/20/2025, 3/27/2025, 4/3/2025<br /> <br />
https://www.centralauctionhouse.com/rfp52138495-geotechnical-assistance.html
ST. JAMES PARISH GOVERNMENT<br /> <br />NOTICE TO BIDDERS<br /> <br />Notice is hereby given that sealed bids will be received by St. James Parish Government, 5800 Hwy 44, Convent, LA, 70723 Operations Department 3rd floor until 2:00 P.M., on Wednesday, April 2, 2025, at which time bids will be publicly opened and read aloud for the purchase of the following equipment:<br /> <br />GAS METERS – TWELVE (12) MONTH PERIOD<br />Detailed specifications and proposal forms can be obtained from St. James Parish Government Operations Office located at 5800 Hwy 44, Convent, LA 70723 3rd floor between the hours of 8:00 A.M. and 3:30 P.M., Monday-Thursday and 8:00-10:00 on Friday, or by emailing Ryan Larousse @ ryan.larousse@stjamesla.com, except holidays or by electronic bid at www.centralauctionhouse.com.<br /> <br />All bids shall be submitted in a sealed envelope and bearing the Bidder’s name, address and must be addressed as Follows:<br /> <br />PROPOSAL: GAS METERS – TWELVE (12) MONTH PERIOD<br /> <br />ADDRESS : 5800 La. Hwy. 44<br /> P.O. Box 106 Convent, LA 70723<br /> <br />Any bid received after the deadline specified will not be accepted and will be returned unopened.<br /> <br />Bids shall be evaluated and awarded, based on the lowest qualified bid that is in compliance with the bid specifications. St. James Parish reserves the right to reject any and all bids or any portions thereof or to accept any bid(s) which in the opinion of the St. James Parish Council will be in the best interest of the Parish and to waive all informalities.<br /> <br />Owner:St. James Parish Government By: Rick Webre<br />Advertisement Dates: March 20, 2025<br />March 27, 2025<br />
https://www.centralauctionhouse.com/rfp19242332-gas-meters-twelve-12-month-period.html
ADVERTISEMENT FOR BIDS<br /> <br />Sealed bids will be received for Fletcher Technical Community College Foundation on behalf of Fletcher Technical Community College, 1407 Hwy 311, Schriever, LA,70395. The deadline for receipt of bids is 2:00 PM on April 17th, 2025, at which time bids will be opened and read aloud in a public meeting room at Fletcher Technical Community College, 1407 Hwy 311, Schriever, LA 70395.<br /> <br />ANY PERSON REQUIRING SPECIAL ACCOMMODATIONS SHALL NOTIFY FLETCHER TECHNICAL COMMUNITY COLLEGE OF THE TYPE(S) OF ACCOMMODATION REQUIRED NOT LESS THAN SEVEN (7) DAYS BEFORE THE BID OPENING.<br /> <br />FOR: Fletcher Technical Community College<br />Bid Name: Main Building Renovations<br /> <br /> <br />DDG Job #: 24-1327<br /> <br /> <br />Complete Bid Documents for this project are available in electronic form. They may be obtained without charge and without deposit from https://www.centralauctionhouse.com/ Printed copies are not available from the Designer, but arrangements can be made to obtain them through most reprographic firms. Plan holders are responsible for their own reproduction costs. Questions about this procedure shall be directed to the Designer at:<br /> <br />Duplantis Design Group, PC<br />314 East Bayou Road<br /> Thibodaux, LA 70301<br /> (985) 447-0090<br /> taysenne@ddgpc.com <br /> <br />All bids shall be accompanied by bid security in an amount of five percent (5.0%) of the sum of the base bid and all alternates. The form of this security shall be as stated in the Instructions to Bidders included in the Bid Documents for this project.<br /><br />The successful Bidder shall be required to furnish a Performance and Payment Bond written as described in the Instructions to Bidders included in the Bid Documents for this project.<br /> <br />A NON- MANDATORY PRE-BID CONFERENCE WILL BE HELD<br /> at 10:00am on Thursday, April 3rd, 2025 at the FTCC Schriever Campus in the Community Room <br /> <br />Bids shall be accepted from Contractors who are licensed under LA. R.S. 37:2150-2192 for the classification of Building Construction. Bidder is required to comply with provisions and requirements of LA R.S. 38:2212(B)(5). No bid may be withdrawn for a period of forty-five (45) days after receipt of bids, except under the provisions of LA. R.S. 38:2214.<br /><br />The Owner reserves the right to reject any and all bids for just cause. In accordance with La. R.S. 38:2212(B)(1), the provisions and requirements of this Section; and those stated in the bidding documents shall not be waived by any entity.<br /><br />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 />
https://www.centralauctionhouse.com/rfp42793720-fletcher-technical-community-college--main-building-interior-renovation.html
<br />ADVERTISEMENT FOR BIDS<br /> <br />Town of Madisonville (herein referred to as the "Owner") hereby solicits sealed bids for the Sewer System Rehabilitation & Improvements project described as follows:<br /> <br />STATEMENT OF WORK: Rehabilitation of sanitary sewer collection system.<br />PEC Project No. 11767.05<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 2pm , on the 15th day of April , 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 15th day of April , 2025_, at the Town of 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). 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 info@pecla.com 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 (LA R.S. 38:2214 B, 1-5).<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 />No bidder may withdraw his/her bid within forty-five (45) days after the actual date of the opening thereof.<br /> <br />OWNER<br />TOWN OF MADISONVILLE<br /> <br />BY: /s/ JEAN PELLOAT, MAYOR<br /> <br />PUBLICATION/DATES:<br /> St. Tammany Farmer<br /> <br />Wednesday, March 19, 2025<br />Wednesday, March 26, 2025<br />Wednesday, April 2, 2025<br />
https://www.centralauctionhouse.com/rfp83259593-town-of-madisonville-sewer-system-rehabilitation-improvements--11767.html
PUBLIC NOTICE<br />SOQ #25-010<br /> <br />Financial Advisor for Jefferson Parish<br /> <br /> <br />The Parish of Jefferson, authorized by Resolution No. 145960 is hereby soliciting Statements of Qualifications (General Professional Services Questionnaire) from firms/individuals who are not otherwise in the business of raising capital, selling bonds, or refinancing existing debt for Jefferson Parish, who are interested in serving as Financial Advisor for Jefferson Parish.<br /> <br />DEADLINE FOR SUBMISSIONS: 3:30 p.m., April 17, 2025<br /> <br /> <br />The following criteria shall be used to evaluate the Statement of Qualifications of the firms/individuals submitting:<br /> <br />The persons or firms under consideration shall have at least one (1) principal who has at least five (5) years’ experience in the performance of financial advisory services; (25 points)<br />Professional training and experience of the firm/individuals assigned to this project and the breadth of their experience in the performance of financial advisory services; (25 points).<br />Nature, quantity and value of Jefferson Parish financial advisory services previously and currently being performed; (20 points).<br />Size of firm and capacity for timely completion of work; (15 points)<br />Nature, quantity and value of financial advisory services performed for other public entities; (10 points)<br />Location of the principal office where work will be performed, with preference being given to persons or firms with a principal business office at which the work will be performed as follows: (a) Jefferson Parish, including municipalities located within Jefferson Parish (5 points); (b) neighboring parishes of the Greater New Orleans Metropolitan Region, which includes Orleans, Plaquemines, St. Bernard, St. Charles, and St. Tammany Parishes (4 points); (c) parishes other than the foregoing (3 points). <br /> <br />The person or firm submitting a Statement of Qualification (General Professional Services Questionnaire) must identify all subcontractors who will assist in providing professional services for the project, in the professional services questionnaire. Each subcontractor shall be required to submit a (General Professional Services Questionnaire) and all documents and information included in the questionnaire. (Refer to Jefferson Parish Code Ordinance, Section 2-928)<br /> <br />All persons or firms (including subcontractors) must submit a Statement of Qualifications (General Professional Services Questionnaire) by the deadline. The latest professional services questionnaire may be obtained by contacting the Purchasing Department at (504) 364-2678 or via the Jefferson Parish website at www.jeffparish.gov. 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 and insurance 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: March 19, 26, and April 2, 2025<br /> <br />In accordance with provisions of the American with Disabilities Act Amendments Act of 2008, as amended, Jefferson Parish shall not discriminate against individuals with disabilities on the basis of disability in its services, programs or activities. If you require auxiliary aids or devices, or other reasonable accommodation under the ADA Amendments Act, please submit your request to the ADA Coordinator at least forty-eight (48) hours in advance or as soon as practical. A seventy-two (72) hour advanced notice is required to request Certified ASL interpreters.<br /> <br /> <br />ADA Coordinator/Office of Citizens with Disabilities<br />1221 Elmwood Park Blvd., Suite 210, Jefferson, LA 70123<br />(504) 736-6086, ADA@jeffparish.gov
https://www.centralauctionhouse.com/rfp70108892-soq-25-010-financial-advisor-for-jefferson-parish-.html
PROVIDE BASEBALL BATS FOR JEFFERSON PARISH DEPARTMENT OF PARKS AND RECREATION
https://www.centralauctionhouse.com/rfp42789360-5000147400-provide-baseball-bats-for-jefferson-parish-department-of-parks-and-recreation.html
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00147487<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., April 15, 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 /> <br />Two (2) Year Contract for Heavy Equipment Rental (Part II) on an as Needed Basis for the East and West Bank Department of Public Works - All Divisions<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. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission. <br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br /> <br /> <br /><br />Renny Simno<br />Director<br />Purchasing Department<br /> <br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br /><br /> <br />ADV: The New Orleans Advocate: March 19, 26, and April 2, 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/rfp28170043-5000147487--two-2-year-contract-for-heavy-equipment-rental-part-ii-on-an-as-needed-basis-for-the-east-and-west-bank-department-of-public-works--all-divisions.html
ADVERTISEMENT FOR BIDS<br />BID NO. 50-00147314<br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., April 24, 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 (2) Year Contract for Labor, Materials & Equipment Necessary for Concrete Pavement, Lifting and Sealing of Various Drainage Structures for the Jefferson Parish Department of Public Works- Streets and all Jefferson Parish Agencies and Municipalities<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 https://www.jeffparish.gov/464/Purchasing and selecting the LaPAC Tab. Bids may also be viewed and submitted online free of charge at: www.jeffparishbids.net.<br />Each bid must be accompanied by a surety bid bond in the amount of 5% of the total bid amount 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 located at 200 Derbigny St. Suite 4400, Gretna, La. 70053 on April 04, 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: March 19, 26 and April 02, 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/rfp70199984-50-00147314-two-year-contract-for-labor-materials-and-equipment-necessary-for-concrete-pavement-lifting-and-sealing-of-various-drainage-structures-for-the-jefferson-parish-department-of-public-works.html
City of Slidell<br /> <br /> INVITATION TO BID<br /> <br />SEALED BIDS will be received until April 16, 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 annual use bid items for delivery as required during the fiscal year beginning July 1, 2025 through June 30, 2026. Any bid received after closing time will be returned unopened<br /> <br />Each bid must be contained in a sealed envelope and each envelope must be clearly marked as applicable:<br /> <br />SEALED BID: Water & Sewer Materials—Bid # 26-B005<br />OPENING: April 16, 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.<br /> <br />Bidders also have the option to review bid documents and submit bids electronically by visiting www.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.<br /> <br />The City of Slidell reserves the right to reject any and all bids.<br /> <br />City of Slidell<br /> <br />Blair Ellinwood<br />Director of Finance<br /> <br /> <br />Advertise: March 19th, March 26th, April 2nd 2025<br /> <br />
https://www.centralauctionhouse.com/rfp28127434-26-b005-water-sewer-materials.html
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00147484<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., April 3, 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 />Purchase of Two (2) Hydromatic Horizontal Self-Priming Centrifugal Pumps for Jefferson Parish Department of Sewerage<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: March 19, and 26, 2025<br /> <br />For additional information, please visit the Purchasing Webpage at https://www.jeffparish.gov/464/Purchasing or you may call 504-364-267
https://www.centralauctionhouse.com/rfp15464157-5000147484-purchase-of-two-2-hydromatic-horizontal-self-priming-centrifugal-pumps-for-jefferson-parish-department-of-sewerage.html
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00147440<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., April 3, 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 />Three (3) Year Contract for a Streaming Film Online Database Subscription for all Library Locations 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: March 19, and 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/rfp28163750-5000147440--three-3-year-contract-for-a-streaming-film-online-database-subscription-for-all-library-locations-for-the-jefferson-parish-library-department.html
The Project consists of a new mass timber research building located on the South Campus of Louisiana Tech University and associated site work.<br />1. Project Location: The Project Site is located on the South Campus of Louisiana Tech University in Ruston, Louisiana on the corner of Greenway Drive and Agriculture Drive.<br />2. Owner: The State of Louisiana
https://www.centralauctionhouse.com/rfp70040802-agriculture-and-forestry-wood-products-education-and-research-center--louisiana-tech-university.html
The Tangipahoa Parish School System will receive sealed bids in its office in Amite, Louisiana, or on-line at www.centralauctionhouse.com, up until 10:00 a.m., Wednesday, April 2, 2025 for the following:<br /> <br /> Bid # 2025-03 Milk and Milk Products
https://www.centralauctionhouse.com/rfp70015102-milk-and-milk-products-bid-no-2025-03.html
<div><b>REQUEST FOR PROPOSAL</b><br /><b> <u>RFP 0501</u></b><br /> <br />Jefferson Parish Department of Purchasing is soliciting Request for Proposals (RFPs) from qualified firms to provide <b>Software and Implementation Services for an Enterprise Asset Management (EAM) Software Systems Environment </b>for the Jefferson Parish Department of Electronic Information Systems.<br /> <br />Jefferson Parish (Parish) is soliciting Proposals from Proposers capable of satisfying the needs for software and consulting services to implement a new software systems environment to address the Parish’s needs related to Enterprise Asset Management (EAM).<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 /><b>PRE–Proposal Conference: </b>A pre-proposal conference will be held at <b><u>11:00 a.m. cst. on April 8, 2025 at the General Government Building 200 Derbigny Street, Suite 3503/3506, Gretna, LA 70053</u></b>. Perspective Proposers that are interested in participating in the Pre-Proposal Vendor Teleconference shall contact BerryDunn in writing (<a href="mailto:kate.offerdahl-joyce@berrydunn.com">kate.offerdahl-joyce@berrydunn.com</a>) to request the teleconference information.<br /> <br />RFP specifications may be obtained by visiting the Jefferson Parish Purchasing Department webpage at <a href="http://www.jeffparish./">http://www.jeffparish.</a>gov/464/Purchasing and selecting the LaPAC Bid Publishing & Downloads tab or the Request for Proposal Announcements tab. RFPs may also be viewed and submitted online free of charge at: <a href="http://www.jeffparishbids.net/">www.jeffparishbids.net</a> or <a href="http://www.centralbidding.com/">www.centralbidding.com</a>.<br /> <br />Submissions will only be accepted electronically via the Parish’s e-Procurement system, Central Bidding, <a href="http://www.jeffparishbids.net/">www.jeffparishbids.net</a>. <b><u>Responses will be received until 3:30 p.m. cst. on April 25, 2025</u></b>. Jefferson Parish no longer accepts manual submissions. All vendors will be required to register with Central Bidding, <a href="https://www.centralauctionhouse.com/SignUp">https://www.centralauctionhouse.com/SignUp</a>.<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 /> </div> <div>Renny Simno<br />Director <br />Purchasing Department<br /> <br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department</div><br clear="all" /><b>ADV: The New Orleans Advocate: March 19, 26, and April 2, 2025</b><br /> <br />For additional information, please visit the Purchasing Webpage at <a href="http://purchasing.jeffparish.net/"><b>http://purchasing.jeffparish.net</b></a> or you may call 504-364-2678.<br />
https://www.centralauctionhouse.com/rfp68572887-rfp-0501--to-provide-software-and-implementation-services-for-an-enterprise-asset-management-eam-software-systems-environment-.html
<br /> <br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00147464<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., April 15, 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 for a Two (2) Year Contract for Services on Hydraulic and Pneumatic Equipment for the Jefferson Parish Department of Fleet Management<br /> <br /> <br />Bid specifications may be obtained by visiting the Jefferson Parish Purchasing Department webpage at http://purchasing.jeffparish.gov and selecting the LaPAC Tab. Bids may also be viewed and submitted online free of charge at: www.jeffparishbids.gov. <br /> <br />Each bid must be accompanied by a surety bid bond in the amount of 5% of the total bid amount, or the amount specified, WHEN INDICATED IN THE SPECIFICATIONS. Vendors must submit an electronic bid bond through the respective online clearinghouse bond management system(s) as indicated in the electronic bid Solicitation on Central Auction House. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission. <br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br /> <br /> <br /> <br /><br />Renny Simno<br />Director<br />Purchasing Department<br /> <br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br /><br /> <br />ADV: The New Orleans Advocate: March 19, 26, and April 2, 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/rfp70122146-5000147464-labor-materials-and-equipment-needed-to-provide-a-two-2-year-contract-for-services-on-hydraulic-and-pneumatic-equipment-for-the-jefferson-parish-department-of-fleet-management.html
ALL BIDS MUST BE SUBMITTED AS PER BID SPECIFICATIONS
https://www.centralauctionhouse.com/rfp28191568-storage-and-delivery-of-usda-commodity-processed-commodity-food-items.html
The project generally includes replacement of deteriorated sanitary sewers by pipe bursting, service tap reinstatement, pavement restoration, and ancillary and related work. <br />
https://www.centralauctionhouse.com/rfp74124670-pollard-street-sewer-replacement.html
<div style="text-align: center;">NOTICE TO BIDDERS<br /> <br /> <br /> Sealed bids will be accepted until 10:00 a.m., Tuesday, April 3, 2025, at the<br />Lafayette Parish Sheriff’s Office at 316 W. Main Street, Lafayette, Louisiana for the following:<br /> <br />#2025-03 Armored All Terrain Vehicle<br /> <br /> For information on this bid, contact the Finance Office at the Lafayette Parish Sheriff’s Office. Documents are also available at the Sheriff’s Office Website at www.lafayettesheriff.com and www.centralauctionhouse.com. Bids received after the above date and time will be returned unopened. Bids will be evaluated by and purchased based on quality, cost and adaptability of said items. Bidders must comply with all conditions submitted in bid specifications. The Sheriff reserves the right to reject any and all bids deemed unsuitable in the best public interest.<br /> <br />___________________________________________________<br />Mark T. Garber, Sheriff<br />Parish of Lafayette <br /><br />Publish ads: March 19th , March 21st </div>
https://www.centralauctionhouse.com/rfp29127218-2025-03-armored-atv.html
Bids are DUE by 12:00 p.m. CST on Friday, April 4, 2025<br />MANDATORY PRE-BID CONFERENCE will take place on Thursday, March 27, 2025 at 9:00 a.m. CST<br />Bids will be OPENED and READ at 9:00 a.m. CST on Monday, April 7, 2025
https://www.centralauctionhouse.com/rfp22389518-bid-1163--cafeteria-serving-line-equipment.html
Janitorial Supplies 2025-2026
https://www.centralauctionhouse.com/rfp28196444-janitorial-supplies-2025-2026.html
https://www.centralauctionhouse.com/rfp14636154-public-works--gravel-limestone-diesel-hot-cold-mix-and-culverts.html
The St. Mary Parish Water & Sewer Commission No. 5, St. Mary Parish, Louisiana, acting through its President, Lionel “Butch” Metz, will receive sealed bids for the Water Sector Program – St. Mary Parish Water & Sewer Commission No. 5 – Phase II, Four Corners Water Treatment Plant Renovations project, at the St. Mary Parish Courthouse, 5th Floor, Franklin, LA 70538, until April 17, 2025, at 10:00 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.<br /> <br />The Contract Documents (Plans, Information for Bidders, Bid Form, Specifications and other pertinent documents) may be examined at the following locations:<br /> <br />Miller Engineers & Associates, Inc. – 601 Main Street; Franklin, Louisiana 70538<br />St. Mary Parish Water & Sewer Commission No. 5 Office – 900 Main Street, Baldwin, Louisiana 70514
https://www.centralauctionhouse.com/rfp44587809-phase-ii-four-corners-water-treatment-plant-renovations.html
FURNISH LABOR, MAINTENANCE AND EQUIPMENT TO PROVIDE A DIGITAL DUPLICATOR FOR JEFFERSON PARISH HEAD START
https://www.centralauctionhouse.com/rfp50667806-5000147304-furnish-labor-maintenance-and-equipment-to-provide-a-digital-duplicator-for-jefferson-parish-head-start-.html
ADVERTISEMENT REQUEST FOR PROPOSALS<br /> <br /> <br />Request for Proposals will be received by the Lafourche Parish School Board on Tuesday, April 8, 2025 at<br />10:00 am CST n its office located at 701 East 7th Street, Thibodaux, Louisiana.<br /> <br />Complete proposals, including the original and one (1) electronic copy of the proposal in a sealed envelope must be received by Lafourche Parish School Board at the address listed above by 10:00 am CST on Tuesday, April 8, 2025. Proposals should be clearly marked “Facility Condition Assessments”. Proposals received after that time will not be accepted. Proposals shall be either hand delivered by the bidder or his agent in which instance the deliverer shall be handed a written receipt or such proposals shall be sent by registered or certified mail with a return receipt requested.<br /> <br />Additionally, proposals are available for download from the School Board Purchasing Department Website at www.mylpsd.com. Official bid documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic bids and/or reverse auction bids can be submitted at www.centralbidding.com. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814. Proposals submitted via fax or email will not be accepted.<br /> <br />This announcement does not commit the Lafourche Parish School Board to purchase or to pay any cost incurred in the preparation of proposals. Lafourche Parish School Board reserves the right to accept or reject, in whole or in part, all proposals submitted and/or to cancel this announcement. All purchases awarded shall be based upon the proposal most advantageous to the Lafourche Parish School Board, price and other factors considered.<br /> <br />All quantities and components are dependent upon proposer’s design and submission.<br /> <br />LAFOURCHE PARISH SCHOOL BOARD Marian Fertitta, President<br />Jarod Martin, Superintendent
https://www.centralauctionhouse.com/rfp4508993-facility-condition-assessments-2026-040825.html
OFFICIAL ADVERTISEMENT FOR BIDS<br /> <br /> <br />PROJECT: NORTH OAKS MEDICAL CENTER<br /> ACM PANEL REPLACEMENT<br /> <br />BID DATE: Sealed bids will be received on <br /> Thursday, April 17, 2025 at 2:00pm<br /> <br />OWNER: Hospital Service District No. 1 of Tangipahoa Parish <br /> North Oaks Health System <br /> 15790 Paul Vega M.D. Drive <br /> Hammond, LA 70401<br /> <br />PLACE: Bids will be received by WHLC ARCHITECTS, for the OWNER in the North Oaks Outpatient Diagnostic Center, Conference Room A, at 15837 Paul Vega MD Drive, Hammond, LA 70403 and will be opened and read aloud.<br /> <br />All bids shall be submitted in a sealed envelope bearing legibly on the exterior, the following: <br />Job Name and Owner<br />Architect<br />Date<br />Contractor's Name, Address, and License Number <br />OR<br /> <br />Bidders have the option to submit bids electronically in accordance with Louisiana Revised Statute 38:2212 E(1). Bid related information is also available online and electronic bids may be submitted online at www.centralbidding.com. Please call 225-810-4814 for all questions regarding the online bid process. The electronic bid must be accompanied by a scanned copy of the bid security being furnished (either Bid Bond, cashier's check or certified check). If furnishing either a cashier's check or a certified check as the bid security, Bidder shall also include the original check in a sealed envelope to be delivered and received by the Owner at the date, time and place for submitting non-electronic bids. The Bidder shall include the name of the Bidder, the Project name and the words "Bid Security for Electronic Bid" on the outside of the sealed envelope.<br /> <br />No bid shall be withdrawn for a period of forty-five (45) days after receipt of bid.<br /> <br />Complete Bid Documents for this project are available in electronic form. They may be obtained without charge and without deposit from the Designer or Central Bidding. Printed copies are not available from the Designer, but arrangements can be made by bidder to obtain them through most reprographic firms. Plan holders are responsible for their own reproduction costs. Questions about this procedure shall be directed to the Designer at:<br /> <br />WHLC Architecture<br />1744 Oakdale Drive<br />Baton Rouge, LA 70810<br />matt@whlcarchitecture.com<br /> <br /> <br />A MANDATORY Pre-Bid Conference is scheduled for Thursday, April 3, 2025 at 2:00pm in the North Oaks Outpatient Diagnostic Center, Conference Room A, at 15837 Paul Vega MD Drive, Hammond, LA 70403. <br /> <br /> <br />Interested contractors can contact Gary Vinyard, Director of Plant Operations, at (985) 230-1278 to coordinate pre-bid site visits.<br /> <br />All bidders shall meet the requirements of the State of Louisiana Contractor's Licensing law, Louisiana Revised Statute 37:2150 through 2164, as amended.<br /> <br />Sureties used for obtaining Bonds must appear as acceptable on the Department of Treasury Circular 570.<br /> <br />In accordance with R.S 38:2212 (A) (1)(b), the provisions and requirements stated in the Advertisement for Bids and those required on the Bid Form shall not be considered as informalities and shall not be waived.<br /> <br />Anyone with disabilities requiring special accommodations must contact Grant Sceroler at (985) 230-6105 not later than seven (7) days prior to the bid opening.<br /> <br />The Owner reserves the right to reject any or all bids.<br /> <br /> <br /> <br />1st Advertisement: March 18, 2025<br />2nd Advertisement: March 25, 2025<br />3rd Advertisement: April 1, 2025<br />
https://www.centralauctionhouse.com/rfp32355401-north-oaks-medical-center-acm-panel-replacement.html
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., April 8, 2025 for the following:<br /> <br />A25-0403 – Janitiorial and cleaning 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 March 28, 2025<br /> <br />Full information may be obtained upon request from the above address or by telephoning Lori Foreman at (225) 389-3259, Ext. 3268, or via email lforeman@brla.gov.<br /> <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.
https://www.centralauctionhouse.com/rfp78312196-a25-0403-janitorial-and-cleaning-supplies.html
<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-2028 Procurement of Road Barriers as described in the bid documents and related exhibits. Response to this RFP does not guarantee a contract. <br /><br /><u>How to Obtain Documents</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 (contracts@mccno.com).<br /><br /><u><b>Response Requirements</b></u><br />All proposals are due by 10:00 a.m. on Wednesday, April 2, 2025. Bidders are encouraged to submit bids via electronic submission at Central Bidding - Morial Convention Center
https://www.centralauctionhouse.com/rfp97659457-c-2028-procurement-of-road-barriers.html
The Tangipahoa Parish School System will receive sealed bids in its office in Amite, Louisiana, or on-line at www.centralauctionhouse.com, up until 10:00 a.m., Wednesday, April 2, 2025 for the following:<br /> <br /> Bid # 2025-02 Ice Cream Milk Products
https://www.centralauctionhouse.com/rfp82462062-ice-cream-milk-products-bid-no-2025-02.html
The Tangipahoa Parish School System will receive sealed bids in its office in Amite, Louisiana, or on-line at www.centralauctionhouse.com, up until 10:00 a.m., Wednesday, April 2, 2025 for the following:<br /> <br /> Bid # 2025-04 Commodity Delivery
https://www.centralauctionhouse.com/rfp20246147-food-service-commodity-delivery-bid-no-2025-04.html
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, 222 Saint Louis Street, 8th Floor, Room 826, Baton Rouge, La. until 11:00 A.M., April 1, 2025 for the following:<br /> <br />A25-0714-Rebid2 OEM SRP & mas FOR KUBOTA AGRO EQUIPMENT<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 on March 25, 2025<br /> <br />Full information may be obtained upon request from the above address or by telephoning Dexter Stewart at (225) 389-3259, Ext. 3264, or via email dsstewart@brla.gov.<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.
https://www.centralauctionhouse.com/rfp92649646-a25-0714-rebid2-oem-srp-mas-for-kubota-agro-equipment.html
ADVERTISEMENT FOR BIDS<br />Issued By<br />Beauregard Parish Police Jury<br />201 W. Second Street<br />DeRidder, LA 70634<br />General Notice<br />Separate sealed Bids for Foreman Road Improvements, Beauregard Parish Police Jury; M.A. Project No. B6-24083-DA will be received by the Beauregard Parish Police Jury, at the Police Jury office, 201 W. Second Street, DeRidder, LA 70634, until 10:00 A.M. (Central Time Zone), on Tuesday, April 8, 2025, and shall at that time and place be publicly opened and read aloud. Work consists of asphalt roadway rehabilitation as detailed on the plans.<br />Work Classification<br />Work Classification: Highway, Street, and Bridge Construction<br />Obtaining the Bidding Documents<br />Electronic copies of the Bidding Documents may be obtained from the Issuing Office of Meyer & Associates, Inc. (337) 625-8353, located at 600 N. Cities Service Hwy., Sulphur, LA 70663. A Bidding Document deposit is not required. In order to submit a bid, Bidders must obtain an original set of electronic Bidding Documents from Meyer & Associates, Inc. or the approved electronic bid website defined herein said advertisement. <br />Access to electronic bidding is available through the Bidding Documents Website https://www.centralbidding.com.<br />Run Dates<br />Friday, March 14, 2025<br />Friday, March 21, 2025<br />Friday, March 28, 2025<br /> /s/ Mike Harper, President
https://www.centralauctionhouse.com/rfp44530434-foreman-road-improvements-b6-24083-da.html
ADVERTISEMENT FOR BIDS<br /> <br /> <br />City of Sulphur<br />101 N. Huntington Street<br />Sulphur, Louisiana 70663<br /> <br /> <br />Separate sealed Bids for Maplewood Drive Rehabilitation (Phase III), Sulphur, Louisiana; M.A. Project No. B6-15071-DC will be received by the Mayor and City Council, at the City Hall, 101 N. Huntington Street, Sulphur, Louisiana 70663 until 10:00 AM, on Friday, April 11, 2025, and then at said time and at said office publicly opened and read aloud. Work consists of rehabilitation of roadway pavement, base course, concrete curb, catch basins, sidewalks and driveways.<br /> <br />Work Classification: Highway, Street, and Bridge Construction<br /> <br />Electronic copies of the Bidding Documents may be obtained from the office of Meyer & Associates, Inc. (337) 625-8353, located at 600 N. Cities Service Hwy., Sulphur, LA 70663. A Bidding Document deposit is not required. In order to submit a bid, Bidders must obtain an original set of electronic Bidding Documents from Meyer & Associates, Inc. or the approved electronic bid website defined herein said advertisement. <br /> <br />Access to electronic bidding is available through Centralbidding.com.<br /> <br />Pre-Bid Conference<br />A non-mandatory pre-bid conference will be held on Tuesday, April 8, 2025, at 10:00 A.M. at City Hall, 101 N. Huntington St., Sulphur, Louisiana 70663.<br /> <br />Run Dates<br />Friday, March 14, 2025<br />Friday, March 21, 2025<br />Friday, March 28, 2025<br /> <br /> <br /> /s/ Mayor Mike Danahay
https://www.centralauctionhouse.com/rfp76608731-maplewood-drive-rehabilitation-phase-iii-b6-15071-dc.html
To be published three times-Legal March 14, 21 & 28 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: ANNUAL PARISHWIDE SANITARY SEWER AND STORMWATER PUMP STATION WET WELL CLEANING PROJECT (CITY-PARISH PROJECT NUMBER 25-PC-WC-0005) PROJECT DESCRIPTION: CLEANING OF SANITARY SEWER AND STORMWATER PUMP STATION WET WELLS AND SOME TREATMENT PLANT FACILITY CLEANING THROUGHOUT THE PARISH. Electronic or Sealed bids will be received until 2:00 p.m. Local Time, WEDNESDAY, April 9, 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. Electronic bids and electronic bid bonds must be submitted through Central Bidding (www.centralbidding.com) prior to the bidding deadline. Beginning as soon as feasible after the bid closing time all electronic bids will be downloaded and publicly read aloud along with all paper bids received, if any, in Room 806 of City Hall immediately after the 2:00 p.m. bid closing. Bidders and/or their authorized representatives are invited to be present. 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 Facility located at 12422 Florid Boulevard, Baton Rouge, LA 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 6% 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 Municipal and Public Works Construction, and must show their license number on the face of the bid envelope and the Uniform Public Works Bid Form. 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 a mandatory pre-bid conference for prime contractors. Only those prime bidders who participated in the pre-bid are eligible to receive an award on this project. Bidders to meet on March 25, 2025 at 9:30 a.m. at Environmental Services Facility, 12422 Florida Boulevard, First Floor Conference Room, Baton Rouge, LA 70815. For additional information, please contact Mr. William Fishburn, P.E., Project Manager at William.fishburn@jacobs.com.
https://www.centralauctionhouse.com/rfp32331056-annual-parishwide-sanitary-sewer-and-stormwater-pump-station-wet-well-cleaning-project-city-parish-project-number-25-pc-wc-0005.html
To be published three times-Legal March 14, 21 & 28 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: ANNUAL PARISHWIDE MANHOLE REHABILITATION PROJECT (CITY-PARISH PROJECT NUMBER 25-MH-UF-0003) PROJECT DESCRIPTION: Rehabilitation of existing sanitary sewer manholes throughout the City-Parish. Electronic or Sealed bids will be received until 2:00 p.m. Local Time, WEDNESDAY, April 9, 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. Electronic bids and electronic bid bonds must be submitted through Central Bidding (www.centralbidding.com) prior to the bidding deadline. Beginning as soon as feasible after the bid closing time all electronic bids will be downloaded and publicly read aloud along with all paper bids received, if any, in Room 806 of City Hall immediately after the 2:00 p.m. bid closing. Bidders and/or their authorized representatives are invited to be present. 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 Facility located at 12422 Florida Boulevard, Baton Rouge, LA 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 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 Municipal and Public Works Construction, and must show their license number on the face of the bid envelope and the Uniform Public Works Bid Form. 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 a mandatory pre-bid conference for prime contractors. Only those prime bidders who participated in the pre-bid are eligible to receive an award on this project. Bidders to meet on March 25, 2025 at 10:00 a.m. at Environmental Services Facility, 12422 Florida Boulevard, First Floor Conference Room, Baton Rouge, LA 70815. For additional information, please contact Mr. William Fishburn, P.E., Project Manager at William.fishburn@jacobs.com.
https://www.centralauctionhouse.com/rfp32350635-annual-parishwide-manhole-rehabilitation-project-city-parish-project-number-25-mh-uf-0003.html
ADVERTISEMENT<br />Digital Copier/Multi-Function Devices<br /> <br />The Rapides Parish School Board is seeking Request for Proposals from qualified proposers who can demonstrate their ability to provide goods and services to the District to obtain a solution for centralized, digital copiers/multi-function devices throughout Rapides Parish in the District’s schools and support facilities. Rapides Parish School Board is seeking network capable digital multi-functioned devices, supplies, and device maintenance. <br />Proposals will be accepted in the Purchasing Department at the Rapides Parish School Board Building, 619 Sixth Street, Alexandria, LA 71301 until 2:00 p.m., Wednesday, April 16, 2025. Proposals received after the stated due date and time will not be considered and will be returned unopened.<br /> <br />To obtain the RFP specifications, please contact the RPSB Purchasing Department by emailing your request to purchasingdept@rpsb.us or sending your written request to P. O. Box 7117, Alexandria, Louisiana 71306. Specifications 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 proposal security equal to $7,500.00. Security must be in the form of a bond (from a surety company licensed to conduct business in the State of Louisiana made payable to Rapides Parish School Board.<br /> <br />Proposals shall be submitted in sealed envelopes/packages clearly marked with the vendor’s name and “RFP #26-06: DIGITAL COPIER/MULTI-FUNCTION DEVICES” and delivered to: <br />Rapides Parish School Board 619 6th Street<br />Alexandria LA 71301<br />Attn: Purchasing Department<br /> <br /> <br />The Rapides Parish School Board reserves the right to reject any and all proposals; to accept all, part, or none of any proposal; and to waive as informality any minor irregularities.<br /> <br /> <br /> <br />Advertise:<br />March 14, 2025<br />March 21, 2025<br />March 28, 2025
https://www.centralauctionhouse.com/rfp2296123-rfp-26-06-digital-copier-multi-function-devices.html
INVITATION FOR BIDS<br /> <br />Sealed bids will be received by the Police Jury of Lincoln Parish until Thursday, April 3, 2025 at 9:00 AM at its office in the Courthouse, Ruston, Louisiana, for:<br /> <br />ITEM 1: 12-14 Yard Dump 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 />Pb. dts.<br />March 14th and March 26th
https://www.centralauctionhouse.com/rfp9376636-12-14-yard-dump-truck.html
Questions:<br />Contact Bridget Demonica<br />Bridget.Demonica@lpsb.org<br />225-686-4224
https://www.centralauctionhouse.com/rfp28126460-bid-no-25-11-custodial-supplies-for-warehouse-stock.html
City of Gonzales<br />hereby<br />REQUEST PROPOSALS<br />for<br />FINANCIAL EFFICIENCY ENGAGEMENT<br /> <br />Request for Proposals will be received by the City of Gonzales at City Hall, 120 S. Irma Boulevard, Gonzales, Louisiana 70737 until, April 3, 2025, at 10:00 a.m. local time for the following:<br /> <br />CITY OF GONZALES REQUEST PROPOSALS FOR PROFESSIONAL CONSULTING SERVICES TO CONDUCT A<br />FINANCIAL EFFICIENCY ENGAGEMENT<br />The City of Gonzales is seeking proposals from qualified firms to conduct a comprehensive financial efficiency engagement. The purpose of this engagement is to evaluate the city's financial operations, identify areas for cost savings, and recommend improvements to enhance financial efficiency.<br />Firms will be evaluated based upon professional qualifications, specialized experience, methodology and approach, cost reasonableness, team capacity and technical competence related to similar Financial Efficiency Engagement’s conducted by the interested firms. A single firm will be chosen by the City of Gonzales selection team. The City of Gonzales selection team will be comprised of a minimum of three (3) city employees or administrators directly responsible for City funding.<br />Interested consultant teams shall submit their qualification on standard form titled “Gonzales Professional Services Proposal Statement”. To request the standard forms, project selection documents or submit questions regarding the RFP, all inquiries should be directed to Mr. Brandon Boylan, City Clerk/Finance Director, via email ONLY at brandon@gonzalesla.com no later than 3 o’clock pm, March 27, 2025, with responses given via email by 10 o’clock am, March 31, 2025.<br />The submittal documents must be delivered in a sealed envelope or box that is clearly identified on the outside as “Statement of Qualifications for Disaster Recovery Project Management”.<br />The City requests that four (4) hard copies and one (1) electronic copy of the proposals be submitted. For the electronic copy, please submit on CD or usb flash drive. http://www.centralauctionhouse.com.<br /> <br />The City of Gonzales reserves the right to disqualify any response to a Request for Proposal if it is determined that the submitting business entity is not in good standing with the Louisiana Secretary of State, registered with SAM.gov, or is not authorized to do business in the State of Louisiana. The City of Gonzales reserves the right to reject any and all bids/proposals for just cause.<br /> <br />CITY OF GONZALES<br />Timothy “Tim” Riley, MAYOR<br /> <br />GONZALES WEEKLY CITIZEN - PUBLISH March 13th , March 20th , and 27th 2025
https://www.centralauctionhouse.com/rfp58901954-financial-efficiency-study-engagement.html
<b>LEGAL NOTICE<br />ADVERTISEMENT FOR BIDS</b><br />Sealed bids will be received by the <b>Lafourche Parish School District until 2:00 PM on Thursday, April 10, 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> Ida Repairs – Lafourche Parish School District – Multiple Locations.</b><br /><br /><b>Per RS37:2163, bids shall be submitted in an envelope displaying the Contractor’s license number, except bids submitted electronically which the contractor may submit an authentic digital signature on the electronic bid proposal accompanied by the contractor’s license number.</b><br /><br /><b>It is highly recommended that the envelope be sealed and displays legibly on the exterior, the following:</b><ol> <li>Addressed to the Owner</li> <li>Name of the Project</li> <li>Contractor’s name and address</li> <li>Sealed Bid Enclosed</li></ol><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 <b>One-hundred Twenty (120) 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 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 <b>BUILDING CONSTRUCTION</b> that is in full force and effect.<br /><br /><b>A MANDATORY Pre-bid Conference will be held on April 1st, 2025 at 10:00am at the School District Office at 701 East Seventh Street, Thibodaux, Louisiana.</b><br /> <br />Lafourche Parish School Board<br />Jarod Martin, Superintendent<br /> <br />ADVERTISING DATES:<br />FIRST ADVERTISEMENT: March 13, 2025<br />SECOND DATE: March 20, 2025<br />THIRD DATE: March 27, 2025
https://www.centralauctionhouse.com/rfp36284645-ida-repairs-lafourche-parish-school-district-multiple-locations.html
ADVERTISEMENT FOR BIDS<br /> <br /> <br /> City of Zachary (herein referred to as the "Owner") hereby solicits sealed bids for the Main Street Improvements project described as follows:<br /> <br />STATEMENT OF WORK: Median modifications as required to extend turning lanes and miscellaneous associated items.<br /> PEC Project No. 11774.05<br /> <br />Sealed Bids shall be addressed to the _ City of Zachary ______________ , and delivered to the __Zachary City Hall, 4700 Main Street (Post Office Box 310), Zachary, LA 70791_ not later than ___2:00 p.m.__, on the 16th day of April , 2025. Any bid received after the specified time and date will not be considered. The sealed bids will be publicly opened and read aloud at __2:00 p.m. on the _16th__ day of April , 2025_, at the Zachary City Hall located at 4700 Main Street, Zachary, LA 70791.<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 info@pecla.com or at the Office of the Engineer for the contract; Professional Engineering Consultants Corp. located at 7600 Innovation Park Drive, Baton Rouge, La 70820; (225-769-2810). Hard copies may be obtained at this office upon payment of a deposit of $150.00. This deposit will be refunded upon request in accordance with R.S. 38:2212.<br /> <br />Contractors submitting bids shall be licensed under LA R.S. 37:2150-2164, Highway, Street and Bridge Construction. The bidder shall show his license number on the bid and on the sealed envelope submitting the bid.<br /> <br />The Owner reserves the right to reject any and all bids for just cause; such actions will be in accordance with Title 38 of the Louisiana Revised Statutes.<br /> <br />In accordance with R.S. 38:2212 (A)(1)(b), the provisions and requirements stated in the Bidding Documents shall not be waived by any entity.<br /> <br />Each Bidder must deposit with his/her bid, security in the amount of at least five percent (5%) of the total bid price, provided on the specified form and subject to the conditions provided in the Information for Bidders. Sureties used for obtaining bonds must appear as acceptable on the U. S. Department of Treasury Circular 570.<br /> <br />No bidder may withdraw his/her bid within forty-five (45) days after the actual date of the opening thereof.<br /> <br /> <br />OWNER<br />CITY OF ZACHARY<br />BY: /s/ DAVID MCDAVID, MAYOR<br /> <br /> <br />PUBLICATION/DATES:<br /> The Advocate<br /> <br /> Thursday, March 13, 2025<br /> Thursday, March 20, 2025<br /> Thursday, March 27, 2025<br />
https://www.centralauctionhouse.com/rfp93324750-city-of-zachary-main-street-improvements-11774.html
<br />ADVERTISEMENT FOR BIDS<br /> <br /> <br /> City of Zachary (herein referred to as the "Owner") hereby solicits sealed bids for the Church Street Improvements project described as follows:<br /> <br />STATEMENT OF WORK: Improvements to existing roadway including drainage construction, base reconstruction, asphalt overlay and miscellaneous associated items.<br /> PEC Project No. 11773.05<br /> <br />Sealed Bids shall be addressed to the _ City of Zachary ______________ , and delivered to the __Zachary City Hall, 4700 Main Street (Post Office Box 310), Zachary, LA 70791_ not later than ___2:00 p.m.__, on the 9th day of April , 2025. Any bid received after the specified time and date will not be considered. The sealed bids will be publicly opened and read aloud at __2:00 p.m. on the _9th__ day of April , 2025_, at the Zachary City Hall located at 4700 Main Street, Zachary, LA 70791.<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 info@pecla.com or at the Office of the Engineer for the contract; Professional Engineering Consultants Corp. located at 7600 Innovation Park Drive, Baton Rouge, La 70820; (225-769-2810). Hard copies may be obtained at this office upon payment of a deposit of $150.00. This deposit will be refunded upon request in accordance with R.S. 38:2212.<br /> <br />Contractors submitting bids shall be licensed under LA R.S. 37:2150-2164, Highway, Street and Bridge Construction. The bidder shall show his license number on the bid and on the sealed envelope submitting the bid.<br /> <br />The Owner reserves the right to reject any and all bids for just cause; such actions will be in accordance with Title 38 of the Louisiana Revised Statutes.<br /> <br />In accordance with R.S. 38:2212 (A)(1)(b), the provisions and requirements stated in the Bidding Documents shall not be waived by any entity.<br /> <br />Each Bidder must deposit with his/her bid, security in the amount of at least five percent (5%) of the total bid price, provided on the specified form and subject to the conditions provided in the Information for Bidders. Sureties used for obtaining bonds must appear as acceptable on the U. S. Department of Treasury Circular 570.<br /> <br />No bidder may withdraw his/her bid within forty-five (45) days after the actual date of the opening thereof.<br /> <br /> <br />OWNER<br />CITY OF ZACHARY<br />BY: /s/ DAVID MCDAVID, MAYOR<br /> <br /> <br />PUBLICATION/DATES:<br /> The Advocate<br /> <br /> Thursday, March 13, 2025<br /> Thursday, March 20, 2025<br /> Thursday, March 27, 2025<br />
https://www.centralauctionhouse.com/rfp46959956-city-of-zachary-church-street-improvements-11773.html
See Attachments for Bid Documents
https://www.centralauctionhouse.com/rfp32398407-13-25-surplus-equipment-sale.html
<br />NOTICE TO BIDDERS<br />Sealed bids will be received by Food & Nutrition Services, Diocese of Lafayette, 210 Old Farm Lane, Broussard, LA, 70518, until the following dates and times shown:<br />Food and Nutrition Services<br />Diocese of Lafayette<br />1 Year Paper and Non-Food Items<br />April 16, 2025 1:00 PM<br /> <br />At the above place and time, bids will be opened and the public is invited to attend. Detailed conditions of bids, instructions to bidders, specifications and bid forms may be obtained by calling or writing to Donna Cardosa, Food and Nutrition Services, Diocese of Lafayette, 210 Old Farm Lane, Broussard, LA, 70518, Phone number: 337-837-5921, ext. 206, Email: dcardosa@fns-dol.org. The deadline to request documents or ask questions is 24 hours prior to bid opening.<br />By request official bid documents can be downloaded from Central Bidding at www.centralauctionhouse.com. Electronic bids can also be submitted through www.centralauctionhouse.com. For technical questions relating to the electronic bidding process on Central Bidding, please call Central Bidding Support at 1-833-412-5717.<br />This institution is an equal opportunity provider.<br />
https://www.centralauctionhouse.com/rfp58947984-paper-non-food-2025.html
ADVERTISEMENT FOR BIDS<br /> <br />LIVINGSTON PARISH<br />PAVEMENT PRESERVATION PROGRAM 2025<br /> <br />Sealed Bids will be received at the Office of the Parish President, Livingston Parish Government Purchasing Office, located on the 2nd floor of the Livingston Parish Health Unit, located at 29261 South Frost Road Livingston, Louisiana 70754 until 2:00 p.m., 04/15/2025 at which time the sealed bids will be publicly opened and read aloud. Bids received after the above time will be returned unopened. Complete electronic bidding documents may be obtained from the office of McLin Taylor, Inc. 28339 FROST ROAD , Livingston, Louisiana. Electronic documents may be obtained upon request at no charge. Electronic bid documents may also be obtained at www.centralbidding.com. Electronic bids can be submitted at www.centralbidding.com.<br /> <br />A mandatory pre-bid meeting will be held in the conference room on the first floor of the Livingston Parish Health Unit, 29261 Frost Road, Livingston, Louisiana 70754 on April 8, 2025 at 10:00 a.m.<br /> <br />The Contract will be awarded to the lowest, responsible, responsive bidder.<br /> <br />Contractors submitting bids shall be licensed under LA License R.S. 37:2150-2164 and shall be classified under Highway, Street, and Bridge Construction. The bidder shall show his license number on the bid and on the sealed envelope submitting the bid.<br /> <br />All bids must be accompanied by a bid security equal to five percent (5%) of the base bid and any alternatives and subject to the conditions provided in the instructions to Bidders. The successful contractor will be required to enter into contracts with the above OWNER and to furnish all the materials, perform all of the work, supervise, coordinate, administrate and be responsible for the work of the entire project. No bids may be withdrawn after the closing time for receipt of bids for at least forty-five (45) days. The bond of the low bidder will be held for forty-five (45) days, or until the contract is signed, whichever is shorter.<br /> <br />PERFORMANCE AND PAYMENT BOND: A performance and payment bond for the work will be required upon execution of the contract equal to one hundred percent (100%) of said contract written by a company licensed to do business in Louisiana and who is currently on the U.S. Department of the Treasury Financial Management Service List or be a Louisiana domiciled company with at least an “A” Best rating.<br /> <br />The Livingston Parish Government 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 />Equal Employment Opportunity (EEO) Statement – All qualified applicants will receive consideration for employment without regard to race, color, religion, sex, or national origin. All Bidders on this project will be required to comply with the President’s Executive Order No. 11246, as amended. <br /> <br /> <br />LIVINGSTON PARISH GOVERNMENT<br />BY: RANDY DELATTE, PARISH PRESIDENT<br /> <br />PUBLISH: <br />3/20/2025 <br />3/27/2025 <br />4/03/2025
https://www.centralauctionhouse.com/rfp66245767-livingston-parish-pavement-preservation-program-2025.html
NOTICE TO CONTRACTORS<br /> <br /> <br />Sealed bids for the construction of the following project will be received by the Pointe Coupee Parish Government, located at 160 East Main Street, New Roads, LA, until 2:00 PM on April 7th, 2025, at which time and place bids will be publicly opened and read. No bids will be received after 2:00 PM.<br /> <br /> <br /> IMPROVEMENTS TO: MORRISON PARKWAY DOCK REHABILITATION<br /> <br /> LOCATED IN: Pointe Coupee Parish, Louisiana<br /> <br /> TYPE OF CONSTRUCTION: Highway, Street, and Bridge Construction<br /> <br /> CONTRACTING AGENCY: Pointe Coupee Parish Government<br /> <br /> 160 East Main Street<br /> <br /> New Roads, LA 70760<br /> <br /> PROPOSAL GUARANTY: 5% of the Amount of Bid<br /> <br /> Payable to Pointe Coupee Parish Government<br /> <br /> <br />Bids must be submitted on the forms provided by the Contracting Agency, must be prepared in accordance with Section 2 of the 2018 Edition of the Louisiana Department of Transportation and Development, Office of Multimodal Commerce, General Provisions and must include all the information required by the bid form. Bid forms are available from www.centralauctionhouse.com 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. 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 /> <br />A Mandatory Pre-Bid Conference will be held at the Annex Building at 160 East Main Street, New Roads, LA on March 26th, 2025 at 10:00 AM.<br /> <br />The contract will be awarded to the lowest responsible bidder without discrimination on grounds of race, color, sex or national origin. Disadvantaged businesses will be afforded full opportunity to submit bids.<br /> <br />Complete Bid Documents prepared by Pointe Coupee Parish Government for this Project are available in electronic form. Bid Documents may be obtained from www.centralauctionhouse.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 subscription, downloading, reproduction or mailing costs.<br /> <br />Bids can be mailed by US Postal Service, hand delivered or overnight courier to 160 East Main Street., New Roads, LA 70760, or submitted online through www.centralauctionhouse.com.<br /> <br />The award of a contract, if awarded, will be made to the lowest qualified bidder whose proposal complies with all requirements prescribed within 45 calendar days after opening proposals. However, when the contract is to be financed by bonds which are required to be sold after receipts of bids, or when the contract is to be financed in whole or part by federal or other funds not available at the time bids are received, the time will not start until receipt of federal and/or state concurrence or concurrence of the other funding source. Award will be within 30 calendar days after the sale of bonds or receipt of concurrence in award from federal and/or state agency or other funding source. The successful bidder will be notified by letter mailed to the address shown in the proposal that the bidder is awarded the contract.<br /> <br />The award of a contract for projects financed either partially or entirely with State bonds will be contingent on approval by the State Bond Commission.<br /> <br />On projects involving federal funds the award of contract will also be contingent upon concurrence by the appropriate federal agency.<br /> <br />On projects involving state funds the award of contract will also be contingent upon concurrence by the appropriate state agency.<br /> <br />The right is reserved to reject bids and waive informalities.<br /> <br /> <br /> <br />Pointe Coupee Parish Government<br /> <br />Major Thibaut<br />Parish President<br /> <br />Advertised on the following dates:<br />March 13th, 2025<br />March 20th, 2025<br />March 27th, 2025<br />
https://www.centralauctionhouse.com/rfp12166201-pointe-coupee-parish-morrison-parkway-dock-rehabilitation.html
ADVERTISEMENT FOR BIDS<br />Sealed bids will be received by the City of Eunice, up to the hour of 10:00 o'clock a.m. CDST 300 South Second Street, Eunice, LA 70535 on<br />APRIL 15, 2025<br />and then publicly opened and read aloud, for Wastewater Treatment Facility Construction consisting of all work including all necessary labor, materials, equipment, tools, etc., as required as set forth in the Bid Document of Aucoin & Associates, Inc. for demolition of existing treatment units as necessary to construct proposed treatment units to include influent pumps, headworks with mechanical screening and grit removal, a multi-channel oxidation ditch biological treatment unit, 2 final clarifiers, RAS/WAS pumping station, chlorination/de-chlorination system, and mechanical screw press waste sludge dewatering system including associated structures, mechanical, electrical and site work for the City of Eunice. Bid Documents are available and may be seen and examined at the Clerk's Office, Eunice, Louisiana, or at the office of Aucoin & Associates, Inc., Consulting Engineers, Eunice, Louisiana. Bid related materials can also be examined or obtained at Central Bidding. Copies of Bid Documents may be obtained from the office of Aucoin & Associates, Inc., 433 North CC Duson Street, Eunice, Louisiana, upon deposit of $350.00 dollars for each set of documents. Deposits on the first set of documents furnished to bona fide PRIME BIDDERS, fully licensed by the Louisiana State Licensing Board of 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 $350.00 dollars shall constitute the cost of reproduction and handling and WILL NOT BE REFUNDED. Bids may also be submitted electronically through Central Bidding www.CentralBidding.com. All potential bidders may register at the website address to access the full specifications and to receive email notification of changes to the solicitation. A $300.00 Electronic Platform Fee will be payable upon award by the awarded vendor whether having submitted a bid by sealed envelope or electronically.<br /><br />Bids shall be enclosed in a sealed envelope addressed to Scott A. Fontenot, Mayor, Eunice, Louisiana and plainly marked on the outside, “Bid for Wastewater Treatment Facility Construction – A&A Project No. 21-05-08. Bids must be accompanied by a certified check or bid bond in the amount equal to 5% of the bid, made payable to the City of Eunice, Louisiana, as a guarantee that the bidder will furnish all necessary bonds and enter into a contract if his bid is accepted. 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 /><br />In particular, bidders should note the required attachments and certifications to be executed and submitted with the bid proposal.<br /><br />No bidder may withdraw his/her bid within forty-five (45) days after the actual date of the opening thereof, unless withdrawal of bid is in accordance with LA. R.S. 38:2214C.<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 503 (Non-Discrimination Against Employees with Disabilities) and Section 504 (Non-Discrimination Against Individuals with Disabilities) of the Rehabilitation Act of 1973, Executive Order 11246, the Family and Medical Leave of 1993, Title VI of the Civil Rights act of 1964, and Executive Order 12549, Debarment and Suspension.<br /><br />Under Executive Orders 11625, 12138, and 12432, Women’s and Minority Business Enterprise, Minority owned firms and small businesses are encouraged to participate.<br />All contractors and subcontractors be required to agree that all of iron and steel products used in the performance of the contract will be produced in the United States in accordance with Section 608 of the Clean Water Act.<br /><br />The prime contractor and all subcontractors must have an active Unique Entity Identifier (UEI) number and an active SAM Cage Code number prior to beginning construction and throughout the term of the contract.<br /><br />The City of Eunice reserves the right to reject any and all bids for just cause, in accordance with Public Bid Law.<br /><br />Thus done and signed at Eunice, Louisiana, this 10TH day of SEPTEMBER, 2024.<br /><br />SCOTT A. FONTENOT<br />MAYOR<br /><br />Attest: GINNY MOODY<br />CITY CLERK<br /><br />ADVERTISE: Three (3) Times - March 13, 2025, March 20, 2025, March 27, 2025
https://www.centralauctionhouse.com/rfp74249699-wastewater-treatment-facility-improvements.html
Questions:<br />Contact Bridget Demonica<br />Bridget.Demonica@lpsb.org<br />225-686-4224
https://www.centralauctionhouse.com/rfp64439888-bid-no-25-12-food-service-disposables-for-warehouse-stock.html
The Tangipahoa Parish School System will receive sealed bids in its office in Amite, Louisiana, or on-line at www.centralauctionhouse.com, up until 10:00 a.m., Monday, May 31, 2025 for the following:<br /> <br /> Bid # 2025-01 Cafeteria Employee Uniforms and Shoes<br /> <br />For information and specifications, contact Kendra Reed, Tangipahoa Parish School System, at (985) 284-2486.
https://www.centralauctionhouse.com/rfp32340365-cafeteria-uniforms-and-shoes.html
NOTICE TO BIDDERS<br /> <br />Electronic or sealed bids will be received by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division, City Hall Building, Room 826, 222 Saint Louis Street, 8th Floor, Baton Rouge, La. until 11:00 A.M. April 03, 2025 for the following:<br /> <br />M1836 2025 Chevrolet Silverado 1500, 2WD REG CAB 126” Work Truck 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 ssylvan@brla.gov.<br /> <br />Bids shall be submitted electronically via www.centralbidding.com or on the solicitation bid forms furnished by the City of Baton Rouge and Parish of East Baton Rouge prior to the bidding deadline.<br /> <br />Electronic bids for the solicitation will be downloaded by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division. Beginning as soon as feasible after the bid closing time all electronic bids will be downloaded and publicly read aloud along with all paper bids received, if any, in Room 806 immediately after the 11:00 a.m. bid closing. Bidders or their authorized representatives are invited to be present.<br />Note: The City-Parish has elected to use LaPAC, the state's online electronic bid posting and notification system, in addition to its standard means of advertising this requirement. This Invitation to Bid is available in electronic form at the LaPAC website https://wwwcfprd.doa.louisiana.gov/osp/lapac/dspBid.cfm?search=department&term=102.<br /> <br />Bids, amendments to bids or request for withdrawal of bids received after time specified for bid openings shall not be considered for any cause whatsoever.<br /> <br />Inquiries will be received up until 5 pm on March 24, 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 ssylvan@brla.gov.<br /> <br />Any vendor who would like to listen to the opening of this bid can access the following link, at the date and time of this bid opening:<br /> <br />Join by phone<br />+1-408-418-9388 United States Toll<br />Access code: 263 373 080 (followed by the # button)<br /> <br />Alternate numbers to call if number above is not available, which may occur due to network traffic (use the same Access Code, followed by the # button):<br /> <br />United States Toll (Boston) +1-617-315-0704<br />United States Toll (Chicago) +1-312-535-8110<br />United States Toll (Dallas) +1-469-210-7159<br />United States Toll (Denver) +1-720-650-7664<br />United States Toll (Jacksonville) +1-904-900-2303<br />United States Toll (Los Angeles) +1-213-306-3065<br /> <br />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/rfp75895543-m1836-2025-chevrolet-silverado-1500-2wd-reg-cab-126-work-truck-or-approved-equal.html
Jefferson Davis Parish Child Nutrition Program Frozen and Chilled Meat Items for the 2025-2026 School Year.
https://www.centralauctionhouse.com/rfp11009796-jefferson-davis-parish-school-board-2025-2026-meat-and-frozen-items-bid.html
Jefferson Davis Parish Child Nutrition Program Dry and Canned good needs for the 2025-2026 School Year.
https://www.centralauctionhouse.com/rfp42451049-jefferson-davis-parish-school-board-2025-2026-dry-and-canned-goods-bid.html
March 10, 2025 <br /><br />St. Helena Parish School District <br /><br />BIDS START: March 13, 2025 <br /><br />INVITATION TO BID <br /><br />Sealed bids will be received at St. Helena Parish Central Office, 354 Sitman Street <br /><br />Greensburg, Louisiana 70441 until 4:00 p.m. Tuesday April 22, 2025, for the school year 2025-2026 for the following categories. <br /><br /> <br /><br />FRESH FRUIT AND VEGETABLES (Staring July Monthly quotes) <br /><br />PAPER SUPPLIES, CHEMCIAL AND MISCELLANEOUS ITEMS <br /><br />FROZEN FOOD PRODUCTS <br /><br />BREAD & BREAD PRODUCTS <br /><br />MILK & MILK PRODUCTS <br /><br />PAPER & CHEMCIALS <br /><br />PEST CONTROL <br /><br />WASTE SERVICE <br /><br />All bids will be opened at the St. Helena Parish Central Office on <br /><br />Thursday April 24, 2025, 10:00 a.m. <br /><br /> <br /><br />THE PUBLIC IS INVITED <br /><br />Vendors should make sure sealed bids are clearly marked with the correct bid category. <br /><br />To obtain specifications and a bid form, please contact Tracy Womack by calling (225) 222-4349 Ext 2232 work cell: 985-507-0677. Vendors can select options for electronic bids through www.centralbidding.com. If you need any other additional information, my email address twomack@sthpk-12.net or send a written request to P.O Box 540, Greensburg, Louisiana 70441. <br /><br />All bids will be stamped to acknowledge timely receipt. The sole responsibility for proper delivery of bids is that of the bidder. <br /><br /> <br /><br />All bids received after 4:00 p.m. on Tuesday April 22, 2025. <br /><br />Will not be accepted due to late submission. <br /><br />Bid winners will not be announced at the actual bid opening. The St. Helena Parish School District must approve all awards at the board meeting following bid opening date. <br /><br />Child Nutrition Programs are required to provide a statement of percentage and dollar amount of federal funding (7U.S.C.A. S 2209Dd) “The St. Helena Parish Child Nutrition Program is funded 95% with federal funds for a total of approximately $1,032,446.96 per year”. <br /><br />Subject to the provision of R.S. 38:2211 et. Seq, the St. Helena Parish School District reserves the right to reject all bids, increase or decrease items or quantities and waive all informalities. 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 /> <br /><br />Publish on the following days: March 11, and April 10, 2025 <br /><br /> <br /><br />This Institution is an equal opportunity provider. <br /><br />
https://www.centralauctionhouse.com/rfp29605973-pest-control-bid-2025-2026.html
March 10, 2025<br />St. Helena Parish School District <br />BIDS START: March 13, 2025 <br />INVITATION TO BID<br />Sealed bids will be received at St. Helena Parish Central Office, 354 Sitman Street<br />Greensburg, Louisiana 70441 until 4:00 p.m. Tuesday April 22, 2025, for the school year 2025-2026 for the following categories.<br /> <br />FRESH FRUIT AND VEGETABLES (Staring July Monthly quotes)<br />PAPER SUPPLIES, CHEMCIAL AND MISCELLANEOUS ITEMS<br />FROZEN FOOD PRODUCTS<br />BREAD & BREAD PRODUCTS<br />MILK & MILK PRODUCTS<br />PAPER & CHEMCIALS<br />PEST CONTROL<br />WASTE SERVICE<br />All bids will be opened at the St. Helena Parish Central Office on<br />Thursday April 24, 2025, 10:00 a.m.<br /> <br />THE PUBLIC IS INVITED<br />Vendors should make sure sealed bids are clearly marked with the correct bid category.<br />To obtain specifications and a bid form, please contact Tracy Womack by calling (225) 222-4349 Ext 2232 work cell: 985-507-0677. Vendors can select options for electronic bids through www.centralbidding.com. If you need any other additional information, my email address twomack@sthpk-12.net or send a written request to P.O Box 540, Greensburg, Louisiana 70441.<br />All bids will be stamped to acknowledge timely receipt. The sole responsibility for proper delivery of bids is that of the bidder.<br /> <br />All bids received after 4:00 p.m. on Tuesday April 22, 2025.<br />Will not be accepted due to late submission.<br />Bid winners will not be announced at the actual bid opening. The St. Helena Parish School District must approve all awards at the board meeting following bid opening date.<br />Child Nutrition Programs are required to provide a statement of percentage and dollar amount of federal funding (7U.S.C.A. S 2209Dd) “The St. Helena Parish Child Nutrition Program is funded 95% with federal funds for a total of approximately $1,032,446.96 per year”.<br />Subject to the provision of R.S. 38:2211 et. Seq, the St. Helena Parish School District reserves the right to reject all bids, increase or decrease items or quantities and waive all informalities. 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 />Publish on the following days: March 11, and April 10, 2025<br /> <br />This Institution is an equal opportunity provider.
https://www.centralauctionhouse.com/rfp92109038-waste-services-bid-2024-2025.html
March 10, 2025<br />St. Helena Parish School District <br />BIDS START: March 13, 2025 <br />INVITATION TO BID<br />Sealed bids will be received at St. Helena Parish Central Office, 354 Sitman Street<br />Greensburg, Louisiana 70441 until 4:00 p.m. Tuesday April 22, 2025, for the school year 2025-2026 for the following categories.<br /> <br />FRESH FRUIT AND VEGETABLES (Staring July Monthly quotes)<br />PAPER SUPPLIES, CHEMCIAL AND MISCELLANEOUS ITEMS<br />FROZEN FOOD PRODUCTS<br />BREAD & BREAD PRODUCTS<br />MILK & MILK PRODUCTS<br />PAPER & CHEMCIALS<br />PEST CONTROL<br />WASTE SERVICE<br />All bids will be opened at the St. Helena Parish Central Office on<br />Thursday April 24, 2025, 10:00 a.m.<br /> <br />THE PUBLIC IS INVITED<br />Vendors should make sure sealed bids are clearly marked with the correct bid category.<br />To obtain specifications and a bid form, please contact Tracy Womack by calling (225) 222-4349 Ext 2232 work cell: 985-507-0677. Vendors can select options for electronic bids through www.centralbidding.com. If you need any other additional information, my email address twomack@sthpk-12.net or send a written request to P.O Box 540, Greensburg, Louisiana 70441.<br />All bids will be stamped to acknowledge timely receipt. The sole responsibility for proper delivery of bids is that of the bidder.<br /> <br />All bids received after 4:00 p.m. on Tuesday April 22, 2025.<br />Will not be accepted due to late submission.<br />Bid winners will not be announced at the actual bid opening. The St. Helena Parish School District must approve all awards at the board meeting following bid opening date.<br />Child Nutrition Programs are required to provide a statement of percentage and dollar amount of federal funding (7U.S.C.A. S 2209Dd) “The St. Helena Parish Child Nutrition Program is funded 95% with federal funds for a total of approximately $1,032,446.96 per year”.<br />Subject to the provision of R.S. 38:2211 et. Seq, the St. Helena Parish School District reserves the right to reject all bids, increase or decrease items or quantities and waive all informalities. 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 />Publish on the following days: March 11, and April 10, 2025<br /> <br />This Institution is an equal opportunity provider.
https://www.centralauctionhouse.com/rfp11025397-paper-and-chemicals-bid-2025-2026-.html
March 10, 2025<br />St. Helena Parish School District <br />BIDS START: March 13, 2025 <br />INVITATION TO BID<br />Sealed bids will be received at St. Helena Parish Central Office, 354 Sitman Street<br />Greensburg, Louisiana 70441 until 4:00 p.m. Tuesday April 22, 2025, for the school year 2025-2026 for the following categories.<br /> <br />FRESH FRUIT AND VEGETABLES (Staring July Monthly quotes)<br />PAPER SUPPLIES, CHEMCIAL AND MISCELLANEOUS ITEMS<br />FROZEN FOOD PRODUCTS<br />BREAD & BREAD PRODUCTS<br />MILK & MILK PRODUCTS<br />PAPER & CHEMCIALS<br />PEST CONTROL<br />WASTE SERVICE<br />All bids will be opened at the St. Helena Parish Central Office on<br />Thursday April 24, 2025, 10:00 a.m.<br /> <br />THE PUBLIC IS INVITED<br />Vendors should make sure sealed bids are clearly marked with the correct bid category.<br />To obtain specifications and a bid form, please contact Tracy Womack by calling (225) 222-4349 Ext 2232 work cell: 985-507-0677. Vendors can select options for electronic bids through www.centralbidding.com. If you need any other additional information, my email address twomack@sthpk-12.net or send a written request to P.O Box 540, Greensburg, Louisiana 70441.<br />All bids will be stamped to acknowledge timely receipt. The sole responsibility for proper delivery of bids is that of the bidder.<br /> <br />All bids received after 4:00 p.m. on Tuesday April 22, 2025.<br />Will not be accepted due to late submission.<br />Bid winners will not be announced at the actual bid opening. The St. Helena Parish School District must approve all awards at the board meeting following bid opening date.<br />Child Nutrition Programs are required to provide a statement of percentage and dollar amount of federal funding (7U.S.C.A. S 2209Dd) “The St. Helena Parish Child Nutrition Program is funded 95% with federal funds for a total of approximately $1,032,446.96 per year”.<br />Subject to the provision of R.S. 38:2211 et. Seq, the St. Helena Parish School District reserves the right to reject all bids, increase or decrease items or quantities and waive all informalities. 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 />Publish on the following days: March 11, and April 10, 2025<br /> <br />This Institution is an equal opportunity provider.
https://www.centralauctionhouse.com/rfp45447508-frozen-foods-bid-2025-2026.html
March 10, 2025<br />St. Helena Parish School District <br />BIDS START: March 13, 2025 <br />INVITATION TO BID<br />Sealed bids will be received at St. Helena Parish Central Office, 354 Sitman Street<br />Greensburg, Louisiana 70441 until 4:00 p.m. Tuesday April 22, 2025, for the school year 2025-2026 for the following categories.<br /> <br />FRESH FRUIT AND VEGETABLES (Staring July Monthly quotes)<br />PAPER SUPPLIES, CHEMCIAL AND MISCELLANEOUS ITEMS<br />FROZEN FOOD PRODUCTS<br />BREAD & BREAD PRODUCTS<br />MILK & MILK PRODUCTS<br />PAPER & CHEMCIALS<br />PEST CONTROL<br />WASTE SERVICE<br />All bids will be opened at the St. Helena Parish Central Office on<br />Thursday April 24, 2025, 10:00 a.m.<br /> <br />THE PUBLIC IS INVITED<br />Vendors should make sure sealed bids are clearly marked with the correct bid category.<br />To obtain specifications and a bid form, please contact Tracy Womack by calling (225) 222-4349 Ext 2232 work cell: 985-507-0677. Vendors can select options for electronic bids through www.centralbidding.com. If you need any other additional information, my email address twomack@sthpk-12.net or send a written request to P.O Box 540, Greensburg, Louisiana 70441.<br />All bids will be stamped to acknowledge timely receipt. The sole responsibility for proper delivery of bids is that of the bidder.<br /> <br />All bids received after 4:00 p.m. on Tuesday April 22, 2025.<br />Will not be accepted due to late submission.<br />Bid winners will not be announced at the actual bid opening. The St. Helena Parish School District must approve all awards at the board meeting following bid opening date.<br />Child Nutrition Programs are required to provide a statement of percentage and dollar amount of federal funding (7U.S.C.A. S 2209Dd) “The St. Helena Parish Child Nutrition Program is funded 95% with federal funds for a total of approximately $1,032,446.96 per year”.<br />Subject to the provision of R.S. 38:2211 et. Seq, the St. Helena Parish School District reserves the right to reject all bids, increase or decrease items or quantities and waive all informalities. 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 />Publish on the following days: March 11, and April 10, 2025<br /> <br />This Institution is an equal opportunity provider.
https://www.centralauctionhouse.com/rfp63133034-processed-food-products-bid-2025-2026.html
March 10, 2025<br />St. Helena Parish School District <br />BIDS START: March 13, 2025 <br />INVITATION TO BID<br />Sealed bids will be received at St. Helena Parish Central Office, 354 Sitman Street<br />Greensburg, Louisiana 70441 until 4:00 p.m. Tuesday April 22, 2025, for the school year 2025-2026 for the following categories.<br /> <br />FRESH FRUIT AND VEGETABLES (Staring July Monthly quotes)<br />PAPER SUPPLIES, CHEMCIAL AND MISCELLANEOUS ITEMS<br />FROZEN FOOD PRODUCTS<br />BREAD & BREAD PRODUCTS<br />MILK & MILK PRODUCTS<br />PAPER & CHEMCIALS<br />PEST CONTROL<br />WASTE SERVICE<br />All bids will be opened at the St. Helena Parish Central Office on<br />Thursday April 24, 2025, 10:00 a.m.<br /> <br />THE PUBLIC IS INVITED<br />Vendors should make sure sealed bids are clearly marked with the correct bid category.<br />To obtain specifications and a bid form, please contact Tracy Womack by calling (225) 222-4349 Ext 2232 work cell: 985-507-0677. Vendors can select options for electronic bids through www.centralbidding.com. If you need any other additional information, my email address twomack@sthpk-12.net or send a written request to P.O Box 540, Greensburg, Louisiana 70441.<br />All bids will be stamped to acknowledge timely receipt. The sole responsibility for proper delivery of bids is that of the bidder.<br /> <br />All bids received after 4:00 p.m. on Tuesday April 22, 2025.<br />Will not be accepted due to late submission.<br />Bid winners will not be announced at the actual bid opening. The St. Helena Parish School District must approve all awards at the board meeting following bid opening date.<br />Child Nutrition Programs are required to provide a statement of percentage and dollar amount of federal funding (7U.S.C.A. S 2209Dd) “The St. Helena Parish Child Nutrition Program is funded 95% with federal funds for a total of approximately $1,032,446.96 per year”.<br />Subject to the provision of R.S. 38:2211 et. Seq, the St. Helena Parish School District reserves the right to reject all bids, increase or decrease items or quantities and waive all informalities. 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 />Publish on the following days: March 11, and April 10, 2025<br /> <br />This Institution is an equal opportunity provider.
https://www.centralauctionhouse.com/rfp92120201-bread-bread-product-bid-2025-2026.html
March 10, 2025<br />St. Helena Parish School District <br />BIDS START: March 13, 2025 <br />INVITATION TO BID<br />Sealed bids will be received at St. Helena Parish Central Office, 354 Sitman Street<br />Greensburg, Louisiana 70441 until 4:00 p.m. Tuesday April 22, 2025, for the school year 2025-2026 for the following categories.<br /> <br />FRESH FRUIT AND VEGETABLES (Staring July Monthly quotes)<br />PAPER SUPPLIES, CHEMCIAL AND MISCELLANEOUS ITEMS<br />FROZEN FOOD PRODUCTS<br />BREAD & BREAD PRODUCTS<br />MILK & MILK PRODUCTS<br />PAPER & CHEMCIALS<br />PEST CONTROL<br />WASTE SERVICE<br />All bids will be opened at the St. Helena Parish Central Office on<br />Thursday April 24, 2025, 10:00 a.m.<br /> <br />THE PUBLIC IS INVITED<br />Vendors should make sure sealed bids are clearly marked with the correct bid category.<br />To obtain specifications and a bid form, please contact Tracy Womack by calling (225) 222-4349 Ext 2232 work cell: 985-507-0677. Vendors can select options for electronic bids through www.centralbidding.com. If you need any other additional information, my email address twomack@sthpk-12.net or send a written request to P.O Box 540, Greensburg, Louisiana 70441.<br />All bids will be stamped to acknowledge timely receipt. The sole responsibility for proper delivery of bids is that of the bidder.<br /> <br />All bids received after 4:00 p.m. on Tuesday April 22, 2025.<br />Will not be accepted due to late submission.<br />Bid winners will not be announced at the actual bid opening. The St. Helena Parish School District must approve all awards at the board meeting following bid opening date.<br />Child Nutrition Programs are required to provide a statement of percentage and dollar amount of federal funding (7U.S.C.A. S 2209Dd) “The St. Helena Parish Child Nutrition Program is funded 95% with federal funds for a total of approximately $1,032,446.96 per year”.<br />Subject to the provision of R.S. 38:2211 et. Seq, the St. Helena Parish School District reserves the right to reject all bids, increase or decrease items or quantities and waive all informalities. 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 />Publish on the following days: March 11, and April 10, 2025<br /> <br />This Institution is an equal opportunity provider.
https://www.centralauctionhouse.com/rfp92127637-milk-and-milk-products-bid-2025-2025.html
NOTICE TO BIDDERS<br /> <br />Electronic or sealed bids will be received by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division, City Hall Building, Room 826, 222 Saint Louis Street, 8th Floor, Baton Rouge, La. until 11:00 A.M. April 01, 2025 for the following:<br /> <br />A25-1600-Rebid 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) or by request from the City of Baton Rouge at ermiller@brla.gov.<br /> <br />Bids shall be submitted electronically via www.centralbidding.com or on the solicitation bid forms furnished by the City of Baton Rouge and Parish of East Baton Rouge prior to the bidding deadline.<br /> <br />Electronic bids for the solicitation will be downloaded by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division. Beginning as soon as feasible after the bid closing time all electronic bids will be downloaded and publicly read aloud along with all paper bids received, if any, in Room 806 immediately after the 11:00 a.m. bid closing. Bidders or their authorized representatives are invited to be present.<br /> <br />Note: The City-Parish has elected to use LaPAC, the state's online electronic bid posting and notification system, in addition to its standard means of advertising this requirement. This Invitation to Bid is available in electronic form at the LaPAC website https://wwwcfprd.doa.louisiana.gov/osp/lapac/dspBid.cfm?search=department&term=102.<br /> <br />Bids, amendments to bids or request for withdrawal of bids received after time specified for bid openings shall not be considered for any cause whatsoever.<br /> <br />Inquiries will be received up until 5 pm on March 21, 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 ermiller@brla.gov<br /> <br />Any vendor who would like to listen to the opening of this bid can access the following link, at the date and time of this bid opening:<br /> <br />Join by phone<br />+1-408-418-9388 United States Toll<br />Access code: 263 373 080 (followed by the # button)<br /> <br />Alternate numbers to call if number above is not available, which may occur due to network traffic (use the same Access Code, followed by the # button):<br /> <br />United States Toll (Boston) +1-617-315-0704<br />United States Toll (Chicago) +1-312-535-8110<br />United States Toll (Dallas) +1-469-210-7159<br />United States Toll (Denver) +1-720-650-7664<br />United States Toll (Jacksonville) +1-904-900-2303<br />United States Toll (Los Angeles) +1-213-306-3065<br /> <br />These numbers will provide you with live audio access to this bid opening.
https://www.centralauctionhouse.com/rfp62101162-a25-1600-rebid-machine-shop-services-and-welding-work.html
NOTICE TO BIDDERS<br /> <br />Electronic or sealed bids will be received by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division, City Hall Building, Room 826, 222 Saint Louis Street, 8th Floor, Baton Rouge, La. until 11:00 A.M. April 08, 2025 for the following:<br /> <br />A25-90627 ENERGY MANAGEMENT FOR LIBRARIES<br /> <br />Official bid documents are available at Central Bidding (https://www.centralauctionhouse.com/rfpc10656-city-of-baton-rouge.html) or by request from the City of Baton Rouge at ermiller@brla.gov<br /> <br />Bids shall be submitted electronically via www.centralbidding.com or on the solicitation bid forms furnished by the City of Baton Rouge and Parish of East Baton Rouge prior to the bidding deadline.<br /> <br />Electronic bids for the solicitation will be downloaded by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division. Beginning as soon as feasible after the bid closing time all electronic bids will be downloaded and publicly read aloud along with all paper bids received, if any, in Room 806 immediately after the 11:00 A.M. bid closing. Bidders or their authorized representatives are invited to be present.<br />Note: The City-Parish has elected to use LaPAC, the state's online electronic bid posting and notification system, in addition to its standard means of advertising this requirement. This Invitation to Bid is available in electronic form at the LaPAC website https://wwwcfprd.doa.louisiana.gov/osp/lapac/dspBid.cfm?search=department&term=102.<br /> <br />Bids, amendments to bids or request for withdrawal of bids received after time specified for bid openings shall not be considered for any cause whatsoever.<br /> <br />Inquiries will be received up until 5 pm on March 31, 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 ermiller@brla.gov.<br /> <br />Any vendor who would like to listen to the opening of this bid can access the following link, at the date and time of this bid opening:<br /> <br />Join by phone<br />+1-408-418-9388 United States Toll<br />Access code: 263 373 080 (followed by the # button)<br /> <br />Alternate numbers to call if number above is not available, which may occur due to network traffic (use the same Access Code, followed by the # button):<br /> <br />United States Toll (Boston) +1-617-315-0704<br />United States Toll (Chicago) +1-312-535-8110<br />United States Toll (Dallas) +1-469-210-7159<br />United States Toll (Denver) +1-720-650-7664<br />United States Toll (Jacksonville) +1-904-900-2303<br />United States Toll (Los Angeles) +1-213-306-3065<br /> <br />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/rfp19912524-a25-90627-energy-management-for-libraries.html
<div style="clear:both;"><span data-contrast="auto" xml:lang="EN-US">March</span> 13<span data-contrast="auto" xml:lang="EN-US"><span data-fontsize="11">th</span></span><span data-contrast="auto" xml:lang="EN-US">, 2025</span> </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>, April 10<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">Plaquemine Hi</span>gh School Parking Improvements <span data-contrast="auto" xml:lang="EN-US">(IPSB Project </span>#2510M01) </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 </span>Iberville Parish School Board Maintenance Office immediately following the closure of the 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> <span data-contrast="auto" xml:lang="EN-US">March </span>28<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><span data-contrast="auto" xml:lang="EN-US">,</span> at IPSB Maintenance Office 59125 Bayou Rd., Plaquemine, LA 70764. </div><div style="clear:both;"><span data-contrast="auto" xml:lang="EN-US">No bid will be accepted from any contractor who did not attend and sign in at the Pre-Bid Conference.</span> </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 in educational programs and activities regardless of race, color, national origin, sex, age, disabilities, or veteran status. 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>:<br /><br /><span data-contrast="auto" xml:lang="EN-US">March 13</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><div style="clear:both;"><span data-contrast="auto" xml:lang="EN-US">March </span>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, </div><div style="clear:both;"><span data-contrast="auto" xml:lang="EN-US">March </span>27<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 </div>
https://www.centralauctionhouse.com/rfp54945377-2510m01-plaquemine-high-parking-improvements.html
Principal Work Location: Along LA 18, Hahnville, from Fashion Plantation Blvd. to Annie Lane (+/- 0.9 miles)<br /> <br />Description of Basic Work: a “new” waterline to replace the existing cast iron system from approximately Fashion Plantation Blvd. to Annie Lane, along LA 18 in Hahnville, LA.<br /> <br />
https://www.centralauctionhouse.com/rfp40509240-wwks-113--la-18-cast-iron-water-main-replacement-phase-iii.html
ADVERTISEMENT FOR BIDS<br />BID NO. 50-00147401<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., April 8, 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 />Upper Barataria Terracing Project<br />Project No. 2024-022-CM<br />Department of Ecosystem and Coastal Management<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 Freese and Nichols, 900 Camp Street, Suite 354, New Orleans, Louisiana 70130, Phone: 504- 291-3496 by licensed contractors upon receipt of $100.00 per set. Deposit on the first set of documents furnished bona fide prime bidders will be fully refunded upon return of documents in good condition no later than ten (10) days after receipts of bids.<br /> <br />The successful bidder will be required to furnish a performance bond guaranteeing faithful performance of the contract. Companies providing the bonds shall comply with the requirements of LA-R.S. 38:2218 and R.S. 38:2219 as applicable.<br /> <br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br /> <br /> <br /> <br /><br />Renny Simno<br />Director<br />Purchasing Department<br /> <br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br /><br /> <br />ADV: The New Orleans Advocate: March 12, 19, and 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. <br /> <br />
https://www.centralauctionhouse.com/rfp95690041-5000147401-upper-barataria-terracing-project--project-no-2024-022-cm-department-of-ecosystem-and-coastal-management.html
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00147461<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., March 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 />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 />Purchase of High-Speed Turbo Blowers for the Jefferson Parish Department of Sewerage<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. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission. <br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br /> <br /> <br /><br />Renny Simno<br />Director<br />Purchasing Department<br /> <br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br /><br /> <br />ADV: The New Orleans Advocate: March 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 504-3
https://www.centralauctionhouse.com/rfp95652177-5000147461--purchase-of-high-speed-turbo-blowers-for-jefferson-parish-department-of-sewerage.html
ADVERTISEMENT FOR BIDS<br />BID NO. 50-00147256<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., April 22, 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 />Bonnabel Canal<br />Veterans Boulevard to W. Esplanade Ave.<br /> <br />West Side Canal Bank Improvements<br />Phase 2 – Nero St. to W. Esplanade Ave.<br /> <br />Public Works Project No. 2022-021A-DR<br /> <br />Purchases for this project shall be exempt from state sales and use tax according to La. R.S. 47:301(8)(c)(i). The successful bidder shall be granted the tax-exempt status of Jefferson Parish via Form R-1020, Designation of Construction Contractor as Agent of a Governmental Entity Sales Tax Exemption Certificate. Form R-1020 is distributed by the Louisiana Department of Revenue.<br /> <br />All bids must be in accordance with the contract documents on file with the Jefferson Parish Purchasing Department, Suite 4400, Jefferson Parish General Government Building, at 200 Derbigny Street, Gretna, Louisiana. Late bids will not be accepted.<br /> <br />Each Bid must be accompanied by an electronic bid surety bond in the amount equal to five percent (5%) of the total amount bid, and payable without condition to the owner. Vendors must submit an electronic bid bond through the respective online clearinghouse bond management system(s) as indicated in the electronic bid solicitation on Central Auction House. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission.<br /> <br />The drawings and specifications are on file and open for inspection in the Jefferson Parish Purchasing Department, Suite 4400, Jefferson Parish General Government Building, at 200 Derbigny Street, Gretna, Louisiana. A complete set of Contract Documents may be secured from Pivotal Engineering, LLC, 1515 Poydras Street, Suite 1150, New Orleans, LA 70112 (PHONE 504-799-3653, FAX 504-799-3654) by licensed contractors upon receipt of $100.00 perset. 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 March 31, 2025 at the Joseph S. 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: March 12, 19, and 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. <br /> <br />
https://www.centralauctionhouse.com/rfp6290639-5000147256-bonnabel-canal-improvements-westside-phase-ii-project-no-2022-021a-dr-dept-of-capital-projects.html
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00147321<br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., April 24, 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 />Labor, Equipment and Materials needed to Supply and Install a<br />Generator for the Jefferson Parish Department of Recreation.<br />Project # 23015<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 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 /> <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 Ellis Engineering, LLC, 525 Brewster Rd. Madisonville, LA 70447, Phone: 504 415-7670 by licensed contractors upon receipt of $300.00 per manual set and/or $50.00 per electronic set. Deposit on the first set of documents furnished bona fide prime bidders shall be fully refunded upon return of documents in good condition no later than ten (10) days after receipts of bids.<br /> <br />The successful bidder will be required to furnish a performance bond and a payment bond guaranteeing faithful performance of the contract. 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 10:00 on March 27, 2025 at Eastbank recreation located at 6921 Saints Drive, 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: March 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/rfp64467710-5000147321-labor-equipment-and-materials-needed-to-supply-and-install-a-generator-for-the-jefferson-parish-department-of-recreation-project-23015.html
<div style="text-align: center;">INVITATION TO BID<br /> <br />Sealed Bid No. 25-6887</div> <br />03/12/2025<br />CONTRACT TO PROVIDE FUEL SERVICE (CITYWIDE)<br />Sealed Bid No. 25-6887<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 Fuel Service (Citywide use)</b></div> <br />Bidders may also obtain copies of the bid documents and submit bids electronically by visiting www.centralauctionhouse.com. Sealed bids may also be received by mail or in-person until <b>April 11th, 2025 at 9:45am</b>, by the City of Kenner in the Finance Department located at:<br /> <div style="text-align: center;">1610 Reverend Richard Wilson Drive<br />Building D<br />Kenner, Louisiana 70062</div> <br />All interested parties are invited to attend the Bid Opening on the same day at 10:00 a.m. in the City of Kenner, Building D Auditorium, 1610 Rev. Richard Wilson Drive, Kenner, Louisiana, at which time the bids will be publicly read.<br /> <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 />March 12, 2025<br />March 19, 2025<br />March 26, 2025
https://www.centralauctionhouse.com/rfp75887019-sealed-bid-25-6887-contract-to-provide-fuel-service-citywide.html
<div style="text-align: center;">INVITATION TO BID<br /> <br />Sealed Bid No. 25-6886</div> <br />March 12, 2025<br />EMERGENCY EQUIPMENT RENTAL<br />Sealed Bid No. 25-6886<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>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 <b>April 9th, 2025 at 9:45am</b>, by the City of Kenner in the Finance Department located at:<br /> <div style="text-align: center;">1610 Reverend Richard Wilson Drive<br />Building D<br />Kenner, Louisiana 70062</div> <br />All interested parties are invited to attend the Bid Opening on the same day at 10:00 a.m. in the City of Kenner, Building D Auditorium, 1610 Rev. Richard Wilson Drive, Kenner, Louisiana, at which time the bids will be publicly read.<br /> <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 />March 12th, 2025<br />March 19th, 2025<br />March 26th, 2025
https://www.centralauctionhouse.com/rfp75815678-sealed-bid-25-6886-emergency-equipment-rental.html
<div style="text-align: center;">INVITATION TO BID<br /> <br />Sealed Bid No. 25-6885</div> <br />The City of Kenner (also referenced as “Kenner” and “Owner”) will receive sealed bids for:<br /> <div style="text-align: center;">4.0 MGD Sewer Lift Station Upgrades, 131 West Esplanade Avenue, Kenner, Louisiana<br />Public Works Project No. PW-2020-4-SW</div> <br />The proposed work (“Work”) includes constructing an adjacent 28.8 MGD submersible pump station and connect it to the existing 4.0 MGD lift station wet well. Work includes, but not limited to: demolition; site work; structural excavation; backfilling; precast concrete piling; structural concrete; submersible pumps; piping; electrical; and mechanical and all related work necessary to complete the Project.<br /> <br />Sealed bids will be received until <b>Thursday, April 10, 2025, 9:45 AM C.S.T.</b> by the City of Kenner in the Finance Department located at:<br /> <div style="text-align: center;">1610 Reverend Richard Wilson Drive, 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 AM C.S.T. at 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>Wednesday, March 26, 2025 at 10:00 AM C.S.T</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 G.E.C., Inc., 3501 North Causeway Blvd., Suite 210, Metairie, LA 70002, the Design Consulting Professionals (also referenced as “Design Professional”) for this project.<br /> <br />All questions concerning this Project or about the meaning or intent of the Contract Documents shall be submitted in writing to the City of Kenner at FINcontracts@kenner.la.us, not the design professional.<br /> <br />Copies of Contract Documents for review or for use in preparing bids may be obtained from G.E.C., Inc. offices at 3501 North Causeway Blvd., Suite 210, Metairie, LA 70002 or 8282 Goodwood Blvd., Baton Rouge, LA 70806 (Phone 225-612-4172) upon deposit of $150.00 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>Advertisement: CITY OF KENNER</div> <br />The Advocate /s/Elizabeth Herring<br />Wednesday, March 12, 2025 Chief Financial Officer <br />Wednesday, March 19, 2025<br />Wednesday, March 26, 2025
https://www.centralauctionhouse.com/rfp60582478-sealed-bid-25-6885-40-mgd-sewer-lift-station-upgrades-131-w-esplanade.html
<div style="text-align: center;">INVITATION TO BID<br /> <br />Sealed Bid No. 25-6884</div> <br />03/12/2025<br />SANITARY SEWER EVALUATION SERVICES AS NEEDED<br />Sealed Bid No. 25-6884<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 />Sanitary Sewer Evaluation Services</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>April 10th, 2025 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<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.<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 />March 12th, 2025<br />March 19th, 2025<br />March 26th, 2025
https://www.centralauctionhouse.com/rfp44822376-sealed-bid-25-6884-sanitary-sewer-evaluation-services-as-needed.html
Napoleon Avenue Gate Complex and Nashville Circle Building Hurricane Ida Damage Repairs per drawings and specifications provided.
https://www.centralauctionhouse.com/rfp31792766-napoleon-avenue-gate-complex-and-nashville-circle-building-hurricane-ida-damage-repairs.html
The project generally includes replacement of pumps and associated pump station work at Pump Station D2 at 1117 Jean Street, New Iberia, including replacement of roof of existing building. <br />
https://www.centralauctionhouse.com/rfp46698682-pump-station-d2-upgrade.html
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00147357<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., April 22, 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 />River Ridge Median Improvement<br />(Orchard Road to Hazel Drive)<br />Project No. DBA-23-09<br />Department of Parkways<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 Dana Brown & Associates, 1836 Valence St, New Orleans, LA 70115, Phone: 504-345-2639 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 /> <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 March 28, 2025 at The Joseph S. Yenni Building located at 1221 Elmwood Park Blvd., Suite 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: March 12, 19, and 26, 2025<br /> <br />For additional information, please visit the Purchasing Webpage at<br />https://www.jeffparish.gov/464/Purchasing or you may call 504-364-2678.
https://www.centralauctionhouse.com/rfp32339186-5000147357-river-ridge-median-improvement-orchard-road-to-hazel-drive-project-no-dba-23-09-department-of-parkways.html
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 April 2, 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 April 2, 2025 and read aloud for:<br /> <br />2025 Honda Off Road 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-APR-0201<br /> <br />ADV: The New Orleans Advocate<br />March 12, 19 and 26, 2025
https://www.centralauctionhouse.com/rfp40725771-25-apr-0201-2025-honda-off-road-vehicles.html
Sealed bids will be received until the hour of 2:00 P.M., local time, Thursday, April 10, 2025 at City Hall, Covington, Louisiana, 317 N. Jefferson Avenue, Covington, LA 70433; for furnishing all labor, materials, supervision, etc., and performing all work necessary to complete Project C0236 BOLLFIELD WATER WELL BUILDING, for the City of Covington, Louisiana. 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 />The Contractor shall hold a Louisiana Contractor’s license in Building Construction.<br /> <br />The work consists of Demolishing an existing structure and building new structure(s).<br /> <br />A non-mandatory pre-bid conference will be held Thursday, March 27, 2025. The meeting will be held at 2:00 p.m. at City of Covington, City Hall Conference Room, Covington, Louisiana, 317 N. Jefferson Avenue, Covington, LA 70433.<br /> <br />A complete set of Contract Documents are available to download from our web site free of charge: https://www.covla.com/city-departments/finance<br />A complete set of Bid Documents are also available at Central Bidding (www.centralbidding.com). Electronic Bids may be submitted at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814.<br />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. The outside envelope in which the bid is placed must be clearly marked as follows:<br /> <br /> Sealed Bid: CITY OF COVINGTON<br />BOLLFIELD WATER WELL BUILDING<br /> Project No. C0236<br /> <br /> Bid Due Date and Time: April 10, 2025, 2:00 P.M.<br /> <br />INCLUDE: Contractor’s name, address, and Louisiana state 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 /> <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.
https://www.centralauctionhouse.com/rfp95659839-city-of-covington-bollfield-water-well-building.html
Notice is hereby given that sealed bids will be received by the City of Broussard, Lafayette Parish, Louisiana, at City Hall, 310 East Main Street, Broussard, Louisiana 70518, until 10:00 a.m., on April 9, 2025, for:<br /> <div style="text-align: center;"><b>SOUTH EOLA LIFT STATION & FORCE MAIN UPGRADE</b><br /><b>FOR</b><br /><b>THE CITY OF BROUSSARD</b></div> <br />at which time the bids will be opened and publicly read aloud. Bids received after the specified time will not be considered.<br /> <br />The work shall consist of the following:<br /> <br /><b>Construct approximately +/- 8,971 LF of sewer force main and upgrade existing duplex lift station located on South Eola Road in the City of Broussard.</b><br /> <br /><b>A Mandatory Pre-Bid Conference will be held at 10:00 a.m. on March 27, 2025 in the City of Broussard Public Works Building, 102 Bercegeay Road, Broussard, La. All prospective bidders shall be present at the beginning of the pre-bid conference and shall remain in attendance for the duration of the conference. Any prospective bidder who fails to attend the conference or remain for the duration shall be prohibited from submitting a bid for the project.</b><br /> <br />Construction Time: <b><u>210</u> calendar days</b>, exclusive of delays beyond the Contractor’s control from the date stipulated in the written Notice to Proceed.<br /> <br />The Contractor shall obtain, maintain during the life of the project, and provide to the Owner copies of the following bonds and policies which shall be obtained from surety companies, licensed to do business in the State of Louisiana, in the amounts and for the purpose stated and subject to the Owner's approval:<br /> <br />1. BID BOND: A "Bid Guarantee" equivalent to 5% of the bid price consisting of a firm commitment, such as a bid bond, certified check, or other negotiable instrument, shall accompany each bid as assurance that the bidder will, upon acceptance of his bid, execute such contractual documents as may be required and within the time specified.<br /> <br />2. PERFORMANCE BOND: A performance bond of not less than 100% of the contract price shall be executed to assure the Contractor's faithful performance of the contract.<br /> <br />3. PAYMENT BOND: A payment bond of not less than 100% of the contract price shall be executed to assure payment as required by law of all persons supplying labor and material in the performance of the work provided by the contract.<br /> <br />All bonds (Bid Bond, Performance Bond and Payment Bond) shall be written by a surety or insurance company which is currently on the U.S. Department of the Treasury Financial Management Service List (Circular Number 570) of approved bonding companies. The surety or insurance company must be currently licensed to do business in the State of Louisiana.<br /> <br />Only the bids of contractors licensed under Louisiana Contractor's Licensing Law R.S. 37:2150-2164 will be considered for bids exceeding $50,000.00. Should the bid exceed $50,000.00, contractors desiring to bid shall submit evidence that they hold license of proper classification (“<b>Municipal and Public Works Construction</b>” classification required) in full force and effect at the time drawings, specifications and forms are requested from the office of the Engineers. The bidder shall show his license number on the bid and on the sealed envelope in which their bid is enclosed.<br /> <br />The contract documents, consisting of the Notice to Bidders, Information for Bidders, General Conditions, Technical Specifications, Special Conditions, Bid Form and Contract Documents, and any published Addenda, may be examined on all business days at the following locations during the specified hours:<br /> <ol> <li>Comeaux Engineering & Consulting</li></ol> 601 Second Street, Broussard, Louisiana, 70518<br /> Mon-Thur; 8:00 a.m. to 12:00 Noon and 1:00 p.m. to 5:00 p.m.<br /> Fri.; 8:00 a.m. to 12:00 Noon<ol> <li value="2">Broussard City Hall</li></ol> 310 East Main Street<br /> Broussard, Louisiana 70518<br /> Mon-Thur; 6:30 a.m. to 5:00 p.m.<br /> <br />Complete contract documents and drawings may be obtained at the office of Comeaux Engineering & Consulting, 601 Second Street, Broussard LA, 70518, Telephone No. (337) 837-2210, upon payment of one-hundred fifty dollars ($150.00) and any necessary postage and/or shipping charges to reimburse the cost of reproduction and handling. Payments shall be received before bidding documents are mail. Deposits on the first set of documents furnished to Bona Fide Prime bidders will be fully refunded if returned in good condition within 10 DAYS after receipt of bids. One-half of the deposits will be refunded to Bona Fide Prime bidders upon return of additional sets of documents if returned in good condition within 10 DAYS after receipt of bids. Documents containing marks, torn sheets, or unbound sheets are NOT considered to be in good condition. <br /> <br />Bid related information also available online and bids may also be submitted on line at:<br /> <br /><a href="https://www.centralauctionhouse.com/rfpc10684-city-of-broussard.html">https://www.centralauctionhouse.com/rfpc10684-city-of-broussard.html</a><br /> <br />No bidder may withdraw his bid for at least forty-five (45) days after the time scheduled for the opening of bids. Each bid shall be submitted only on the Bid Form.<br /> <br />The Owner reserves the right to reject any or all bids for just cause; such actions will be in accordance with La. R.S. 38:2214.<br /> <br />By order of the Mayor and Council of the City of Broussard, Lafayette Parish, Louisiana.<br /> <table align="center" border="0" cellpadding="0" cellspacing="0"> <tbody> <tr> <td style="width:118px;"> <br /> ATTEST:</td> <td style="width:270px;"> <br /> s/ Ray Bourque</td> <td style="width:57px;"> <br /> </td> <td style="width:275px;"> <br /> </td> </tr> <tr> <td style="width:118px;"> <br /> </td> <td style="width:270px;"> <br /> (Mayor)</td> <td style="width:57px;"> <br /> </td> <td style="width:275px;"> <br /> </td> </tr> </tbody></table><div style="clear:both;"> </div> <br />Publish Dates: March 12, 2025<br /> March 19, 2025<br /> March 26, 2025
https://www.centralauctionhouse.com/rfp75874474-south-eola-lift-station-force-main-upgrade.html
NOTICE IS HEREBY given by St. Mary Parish Government that sealed bids will be received at the office of the St. Mary Parish Purchasing Department, Fifth Floor Courthouse, Franklin, Louisiana 70538, until<br />10:00 A.M. on Thursday, March 27, 2025, at which time bids will be publicly opened and read aloud for:<br /> <br />“CATIONIC EMULSIFIED ASPHALT”<br />“WIRE ROPE”<br />“LIMESTONE BY PARISH TRUCKS”<br />“LIMESTONE BY VENDOR TRUCK”<br />“LIMESTONE BY BARGE”<br />“ALTERNATE DAILY COVER”<br /> <br />Bids received after the above-specified time will not be considered.<br />Specifications and contract documents for the above can be obtained upon request from the St. Mary Parish Purchasing Department, Fifth Floor Courthouse, Franklin, Louisiana 70538. Official bid documents can be downloaded from Central Bidding at www.centralbidding.com Electronic bids can be submitted at www.centralbidding.com. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814.
https://www.centralauctionhouse.com/rfp54969724-material-supply-contrct-2025-2026.html
<b>TITLE: </b>Bid 25-WHSE-06 Purchase of New/Unused Wire (6 Month Requirements Contract)<br /><b>BID DATE & TIME: </b>March 27, 2025 @ 2:00 P.M. CST
https://www.centralauctionhouse.com/rfp63594325-bid-25-whse-06-purchase-of-newunused-wire-6-month-requirements-contract.html
TANGIPAHOA PRISH GOVERNMENT (THE PARISH) IS INTERESTED IN PROCURING THE SERVICES OF AN EXPERIENCED GIA PLANNING AND ENGINEERING CONSULTING FIRM WITH APPROPRIATE GOVERNMENT RELATED PROJECT/PROGRAM DEVELOPMENT EXPERIENCE AND A PROVEN TRACT RECORD IN GEOSPATIOAL STRATEGIC PLANNING FOR USE BY VARIOUS PARISH DEPARTMENTS AND AGENCIES. THE PROPOSED PROJECT/PROGRAM WILL BE DEVELOPED IN PHASES, WITH DEFINED SCOPES OF WORK AND CONSULTANT FEE/COSTS ESTABLISHED PER PHASE.
https://www.centralauctionhouse.com/rfp44810993-request-for-proposals-gis-planning-and-coordination.html
THIS PROJECT AND THE PROCEDURES FOR THE SELECTION OF THIS FIRM WILL BE IN ACCORDANCE WITH REQUIREMENTS OF THE FEDERAL EMERGENCY MANAGEMENT AGENCY'S HAZARD MITIGTION ASSISTANCE (HMA), FEDERAL CODE OF REGUALTIONS (2CRF200), THE STATE OF LOUISIANA, AND THE STANDARD OF TANGIPAHOA PARISH.
https://www.centralauctionhouse.com/rfp2299961-tangipahoa-parish--parish-wide-generator-project-parish-project-no-4611-f51-electrical-engineering.html
Respondents are to submit one (1) original complete submittal with signatures in blue ink, and one (1) electronic form of the complete submittal package that can be reproduced.<br />At due date and time, all submittals received by the due date will be opened for the sole purpose of recording the names of the individuals or firms submitting written responses.<br />If the submittal is mailed, sufficient time must be allowed to ensure TPCG’s proper receipt of the package by the time specified above. Allow an additional 24 hours for TPCG ’s internal mail process. It is the responsibility of the firms to ensure that the properly marked and sealed submittal arrives at Terrebonne Parish Consolidated Government, Sharon Ellis, Purchasing Manager, 301 Plant Road, Houma, LA 70363. Submittals received after the due date and time will be returned to Respondent unopened.<br /> <br />The Proposals submittals should be sent/delivered to:<br /> <br />Terrebonne Parish Consolidated Government <br />Attention: Sharon Ellis, Purchasing Manager <br />301 Plant Road <br />Houma La, 70363<br /> <br />Please clearly mark on the outside envelope:<br />Request for Proposals – Support the Seafood Industry: Market Analysis, Needs Assessment and Investment Plan for Sustainable Infrastructure<br /> <br /><b>Proposals must be received by April 10, 2025, at 2:00 PM CST, in order to be considered responsive.</b>
https://www.centralauctionhouse.com/rfp19972629-rfp-support-the-seafood-industry-market-analysis-needs-assessment-and-investment-plan-for-sustainable-infrastructure.html
<div style="text-align: center;"><b>ADVERTISEMENT FOR BIDS</b></div> <br />The Chennault International Airport Authority will be accepting sealed bids at its office located at 3650 Senator J. Bennett Johnston Avenue, Lake Charles, LA 70615, on Tuesday, April 8, 2025, at 2:00 P.M., for:<br /> <br /><b>CIAA BUILDING NO. 1 DRAINAGE AND LATERAL<br />EROSION CONTROL IMPROVEMENT<br />CIAA PROJECT #2025-05</b><br /> <br />Complete Bidding Documents may be obtained from Meyer & Associates, Inc., 600 N. Cities Service Highway, Sulphur, LA 70663, between the hours of 8:00 a.m. to 4:30 p.m., Monday through Thursday and 8:00 a.m. to 11:30 a.m., Friday (337-625-8353).<br /> <br />Official Bidding Documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic bids can be submitted at www.centralbidding.com.<br />For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814.<br /> <br />Each bidder must provide proof of capacity to provide a payment and performance bond in accordance with the specifications. A bid bond in the amount of 5% of the bid must be furnished with the bid. The successful Bidder will be required to furnish and pay for satisfactory performance and payment bonds. Bidders are advised that Performance, Payment, and Maintenance Bond, each in the amount of 100 percent (100%) of the contract price, will be required.<br /> <br />A Pre-bid conference will be held on Wednesday, March 26, 2025, at 10:30 a.m. at the office of the Authority located at 3650 Senator J. Bennett Johnston Avenue, Lake Charles, Louisiana. <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: Heavy Construction or Highway, Street & Bridge Construction. The licensee shall not be permitted to bid or perform any type or types of work not included in the classification under which his license was issued.<br /> <br />The Chennault International Airport Authority reserves the right to reject any or all of the bids for just cause.<br /> <br /> W. Kevin Melton<br /> Executive Director<br /> <br />Tuesday, March 11, 2025<br />Tuesday, March 18, 2025<br />Tuesday, March 25, 2025
https://www.centralauctionhouse.com/rfp72186124-ciaa-building-no-1-drainage-and-lateral-erosion-control-improvement-ciaa-project-2025-05.html
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 5:00 PM, April 4, 2025 for the following:<br /> <br />SITE CLEARING & FENCE WORK FOR DUGAS ROAD LANDFILL – PWEQ-RC<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 mabroussard@lafayettela.gov. 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 mabroussard@lafayettela.gov<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/rfp92131092-site-clearing-fence-work-for-dugas-landfill-pweq-rc.html
Addendum items to the Child Nutrition needs for Paper and Cleaning Supplies for Jefferson Davis Parish School Board 2025-2026 School Year
https://www.centralauctionhouse.com/rfp62141056-addendum-to-jefferson-davis-parish-school-board-paper-and-cleaning-supplies-2025-2026-sy.html
NOTICE TO BIDDERS<br /> <br />Notice is hereby given that the Vernon Parish Police Jury, PO Box 1548, Leesville, LA 71496, will receive sealed bids until Thursday, March 27, 2025, at 10 a.m. Bids will be opened publically and read aloud; bids received after the specified closing time will not be accepted. All interested parties are welcome to attend the bid opening. Bid specifications may be viewed online and bids may be submitted online at www.centralbidding.com.<br /> <br />Bid Forms may be obtained from the Vernon Parish Police Jury, 300 S. 3rd St., Leesville, Louisiana 71446, between the hours of 8 a.m. and 4 p.m., Monday – Friday, by calling 337-238-0324 or emailing belinda@vppjla.com.<br /> <br />Bid envelopes MUST be sealed and marked on outside with company name, item being bid, date and time of bid opening, and contractor’s license number. Failure to seal and mark bid envelopes correctly will result in your bid being rejected.<br /> <br />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 />
https://www.centralauctionhouse.com/rfp1112361-2025-road-overlay.html
https://www.centralauctionhouse.com/rfp53395676-2025-2026-small-kitchen-equipment-bid.html
THE ADVOCATE BATON ROUGE, LOUISIANA To be published three times Legal: March 7TH, March 14TH and March 21, 2025 NOTICE TO CONTRACTORS The City of Baton Rouge and Parish of East Baton Rouge (City-Parish) will receive electronic or paper bids for the construction of the following project: PSC H2 INTERIOR RENOVATION FOR HEALTH UNIT 9050 AIRLINE HIGHWAY, STE 200, BATON ROUGE, LA 70815 CITY PARISH PROJECT NO. 21-ASC-CP-1564 PROJECT DESCRIPTION: The H2 Health Unit is a 40,000 SF tenant build-out located in the former Baton Rouge Women's Hospital, 9000 Airline Hwy, Baton Rouge, LA. This project transforms the space into a modern, ADA-compliant ambulatory care facility designed to serve the community. The scope of work involves significant demolition of the existing space and new construction to deliver a clean and efficient healthcare environment Bid Package with Plans and Specifications may be obtained online at www.centralauctionhouse.com. Alternately, paper copies may be obtained through most reprographic vendors for their printing cost. All Bids shall be made on the Bid Package Forms. Statutory Forms (Bid Package Part 1-A) shall be submitted to the Purchasing Division prior to Bid Opening: Certification Regarding Debarment, Suspension and Other Responsibility Matters Attestation of No Past Criminal Convictions Legal Citizen Affidavit Non-Collusion & Non-Solicitation Affidavit Bid Forms (Bid Package Part 1) submitted shall be accompanied by a Certified Check or Cashier's Check payable to the Parish of East Baton Rouge, or a satisfactory Bid Bond executed by the Bidder and an acceptable surety, in an amount equal to five percent (5%) of the total bid. Contractors must hold an active license issued by the State of Louisiana Licensing Board for Contractors in the classification of Building Construction, and must show their license number on the face of the bid envelope. All Contractors bidding on this work shall comply with all provisions of the State Licensing Law for Contractors, La RS 37:2150-2163 for all public contracts. It shall also be the responsibility of the General Contractor to assure that all subcontractors comply with this law. Bids will be received online through www.centralauctionhouse.com or in an envelope delivered to the Purchasing Division 8th Floor Room 826 City Hall 222 St Louis St Baton Rouge, LA 70802 until the BID OPENING 2:00 PM Local Time, Tuesday, April 1, 2025 with no exceptions. At Bid Opening in Purchasing Division Room 826 City Hall, electronic Bids and Bid Bonds will be downloaded, then all electronic and paper Bids will be publicly read aloud. Bidders and/or their authorized representatives are invited. Bid results can also be viewed at the link: http://city.brla.gov/dept/purchase/bidresults.asp The contract shall be awarded to the lowest responsible and responsive bidder. In accordance with Louisiana Revised Statute (La RS) 38:2214 B, the City-Parish reserves the right to reject any and all bids exceeding the preconstruction cost estimate, or for just cause. In accordance with La RS 38:2212 B (1), the provisions and requirements stated in the Bid Package and this advertisement shall not be waived by any entity. Bids shall be firm for a period of 45 days from the date of the Bid Opening, except as allowed per La RS 38:2214 C. For this project the EBR Parish Purchasing office has directed a review of the scope of work to establish an EBE goal percentage. All Bidders shall achieve the assigned goal or demonstrate good faith efforts to achieve the goal. Good faith efforts include meeting this EBE goal or providing documentation demonstrating that the Bidder made sufficient good faith efforts in attempting to meet this goal. Only EBE firms certified under the Parish SEDBE Certification Program at the time of submittal of the bid will count toward this EBE goal. To be considered responsive, the apparent low bidder must submit EBE Forms 1, 1A, and 2, and Letters of EBE Certification, as appropriate within 10 days after bid opening. A non-mandatory pre-bid conference will be held at 10AM on Tuesday, March 18, at 9050 Airline Highway, Baton Rouge, LA 70815. All parties interested in this project are invited to attend this conference. For additional information regarding Bid related inquiries, please contact: Purchasing Division (225) 389- 3259; regarding General Documents related inquiries, please contact: Kristina Bynum, (225) 389-4694 or kbynum@brla.gov and Architectural and Construction Documents related: Jeremy Lucas, Fusion Architects, (225) 766-4848 or jeremy@fusionapc.com
https://www.centralauctionhouse.com/rfp27601572-psc-h2-interior-renovation-for-health-unit-city-parish-project-no-21-asc-cp-1564.html
<div style="text-align: center;"><b>ADVERTISEMENT FOR BIDS<br />AVOYELLES PARISH POLICE JURY<br />ROAD DISTRICT NO. 2<br />2025 ROADWAY IMPROVEMENTS</b></div><b><u>General Notice</u></b><br />Avoyelles Parish Police Jury (Owner) is requesting Bids for the construction of the following Project: <b style="text-align: center;">Road District No. 2 – 2025 Roadway Improvements</b><div style="text-align: center;"> </div>Bids for the construction of the Project will be received at the Avoyelles Parish Police Jury Maintenance Facility located at 2346 Valley Street, Mansura, LA 71350, until <b>Wednesday, April 2, 2025</b>, at <b>3:00 PM</b> local time. At that time the Bids received will publicly opened and read.<br /><br />The Project includes the following Work:<br />Reconstruction and/or asphaltic concrete overlay of multiple roads or portions of roads within the Avoyelles Parish Road District No. 2 boundaries.<br /><br /><b><u>Obtaining the Bidding Documents</u></b><br />The Issuing Office for the Bidding Documents is:<div style="text-align: center;"><b>Delta Engineering Group, LLC<br />1845 Leglise Street<br />P.O. Box 8<br />Mansura, LA 71350<br />(318) 739-0145</b></div> <br />Prospective Bidders may obtain or examine the Bidding Documents at the Issuing Office on Monday through Friday between the hours of 8:00 A.M. and 5:00 P.M. and may obtain copies of the Bidding Documents from the Issuing Office as described below. Partial sets of Bidding Documents will not be available from the Issuing Office.<br /><br />Printed copies of the Bidding Documents may be obtained from the Issuing Office by paying a deposit of $150 for each set. Bidders who return full sets of the Bidding Documents in good condition within 10 days after receipt of Bids will receive a full refund. Non-Bidders, and Bidders who obtain more than one set of the Bidding Documents, will receive a refund of $75 for documents returned in good condition within the time limit indicated above. Make deposit checks for Bidding Documents payable to Delta Engineering Group, LLC.<br /><br />Bidding Documents may also be obtained and Bids submitted electronically for the Project at the following designated website. All official notifications, addenda, and other Bidding Documents will be offered through the designated website.<div style="text-align: center;"><b>Designated Website: www.CentralAuctionHouse.com </b></div>Neither Owner nor Engineer will be responsible for full or partial sets of Bidding Documents, including addenda, if any, obtained from sources other than the Issuing Office and the designated website.<br /><br /><u><b>Instructions to Bidders</b></u><br />For all further requirements regarding bid submittal, qualifications, procedures, and contract award, refer to the Instructions to Bidders that are included in the Bidding Documents.<br /><br /><u><b>Equal Opportunity</b></u><br />Owner is an equal opportunity employer and encourages all small and minority-owned businesses and women’s business enterprises to apply.<br /><br /><u><b>Special Accommodations</b></u><br />Any person with disabilities requiring special accommodations must contact the Owner no later than seven (7) days prior to bid opening.
https://www.centralauctionhouse.com/rfp53372559-road-district-no-2--2025-roadway-improvements.html
Bids must be submitted on attached forms.
https://www.centralauctionhouse.com/rfp78579481-bid-on-copier-paper.html
<h1>ADVERTISEMENT FOR BIDS</h1> <br />ST. BERNARD PARISH GOVERNMENT<br />DEPARTMENT OF PUBLIC WORKS<br />STATE OF LOUISIANA<br /> <br /> <br />Sealed Bids will be received until the hour of <b>2:00 p.m., on Tuesday, April 1, 2025</b>, at the St. Bernard Parish Government Department of Public Works, 1125 E. St. Bernard Highway, Chalmette, Louisiana, and opened at 2:00 p.m., at which time they will be publicly read, for furnishing all supervision, labor, materials, equipment, etc., and performing all work necessary for:<br /> <h2>St. Bernard Parish Government</h2><b>St. Bernard Parish Sheriff’s Office Headquarters, Exterior Waterproofing Renovations</b><br /> <br />To be a valid delivery, Sealed Bids must be delivered electronic by Central Bidding or by hand to<br />St. Bernard Parish Government Department of Public Works, 1125 E. St Bernard Highway, Chalmette, Louisiana during the normal business hours of 8:30 a.m. to 4:30 p.m. Monday through Friday on or before 2:00 p.m., <b>Tuesday, April 1, 2025.</b><br /> <br /><b><u>Sealed bids delivered to any other St. Bernard Parish Government location or other room number prior to the bid receipt deadline will not be considered. </u></b><br /> <br />This project consists of furnishing all supervision, labor, equipment, and materials necessary to <b>repair and renovate the St. Bernard Parish Sheriff’s Office Headquarters located at 2 Courthouse Square in Chalmette, Louisiana.</b><br /> <br />Each bid must be accompanied by a certified check, cashier's check or bid bond acceptable to the Owner in the amount equal to at least five percent (5%) of the total amount bid and payable without condition to the Owner as a guarantee that the bidder, if awarded the contract, will promptly execute a contract in accordance with all terms and conditions of the Contract Documents.<br /> <br />A Pre-Bid Conference will be held on<b> Tuesday, March 18, 2025 at 10:00 a.m.</b>, at the St. Bernard Parish Government Department of Public Works, 1125 E. St Bernard Highway, Chalmette, Louisiana. All bidders and sub-contractors are encouraged to attend.<br /> <br />The drawings and specifications are on file and open for inspection at the St. Bernard Parish Government Department of Public Works, 1125 E. St Bernard Highway, Chalmette, Louisiana, and may be secured from the office of <b>M</b><b>eyer Engineers, Ltd., 4937 Hearst Street, Suite 1B, Metairie, LA 70001 (Phone: (504) 885-9892)</b> by only licensed contractors upon payment of <b><u>$75.00 for a hard copy set and/or a non-refundable fee of $25.00 for an electronic set on compact disc</u></b>. Deposits on the first set of documents furnished bona fide prime bidders will be fully refunded upon return of the documents no later than ten (10) days after receipt of bids. On other sets of documents furnished to bidders the deposit less actual cost of reproduction will be refunded upon return of the documents no later than ten (10) days after receipt of bids. Questions about this procedure shall be directed to the Architect/Engineer.<br /> <br /><b>Bids may also be viewed and submitted online at <a href="http://www.centralauctionhouse.com/">www.centralauctionhouse.com</a>.</b><br /> <br />St. Bernard Parish Government is an Equal Opportunity Employer. St. Bernard Parish Government also encourages all small and minority-owned firms and women’s business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to apply.<br /> <br /> <br /><u>/s/Hillary J. Nunez, Jr.</u><br />Hillary J. Nunez, Jr.<br />Director<br />Department of Public Works<br /> <br />
https://www.centralauctionhouse.com/rfp12187448-st-bernard-parish-sheriffs-office-headquarters-exterior-waterproofing-renovations.html
RFQ 2025.04 -Green Infrastructure Pilot Project
https://www.centralauctionhouse.com/rfp68812080-rfq-202504-green-infrastructure-pilot-project.html
Small Equipment & Supplies
https://www.centralauctionhouse.com/rfp72102460-small-equipment-supplies.html
https://www.centralauctionhouse.com/rfp75842637-2025-2026-frozen-foods-meat-bid.html
https://www.centralauctionhouse.com/rfp93814186-2025-2026-fresh-produce-bid.html
https://www.centralauctionhouse.com/rfp67432669-2025-2026-frozen-or-fresh-chilled-juice-bid.html
https://www.centralauctionhouse.com/rfp62937291-2025-2026-fresh-shell-eggs-bid.html
https://www.centralauctionhouse.com/rfp26571835-2025-2026-milk-bid.html
https://www.centralauctionhouse.com/rfp65649646-2025-2026-paper-cleaning-supplies-bid.html
https://www.centralauctionhouse.com/rfp93850905-2025-2026-dry-canned-purchased-foods-bid.html
Meat & Frozen Food Products
https://www.centralauctionhouse.com/rfp52233521-meat-frozen-food-products.html
Milk & Milk Products
https://www.centralauctionhouse.com/rfp72117926-milk-milk-products.html
Grocery Bid
https://www.centralauctionhouse.com/rfp54967611-grocery-bid.html
<b>Engineer's Estimated Construction Cost = $395,000</b><br /><br /><b>Mandatory Pre-Bid mtg on 3/27/25 9am @ AFA Office (1289 Del Este Ave. Denham Springs, La 70769) PH#225-665-1515</b>
https://www.centralauctionhouse.com/rfp41023465-city-of-denham-springs--vortex-grit-removal-system-rehab-2025.html
<br /> <b><i>BID NOTICE</i></b><br /> <br />Sealed bids will be received by Ascension Parish Government at the Ascension Parish Government Purchasing Office, 615 E. Worthey Street, Gonzales, Louisiana 70737 until <b>April 3, 2025, </b><b>at 10:00 a.m. </b>local time. The bids will be publicly opened and read aloud for the following:<br /> <br /><b>Donaldsonville Courthouse Interior Wall Restoration</b><br /> <h3>Statement of Work:</h3><b><u>This project will consist of plaster wall repairs, priming and painting of the different areas of the Courthouse identified in the scope of work for the Courthouse in Donaldsonville, La.</u></b><br /> <br /> <br />All Bids must be in accordance with the Contract Documents on file at the <b><u>Ascension Parish Purchasing</u> <u>Department, 615. E. Worthey Road, Gonzales, LA 70737.</u></b><br /> <br />Copies of Specifications, Bid Documents, Contract Documents and Construction Drawings for use in preparing Bids may be obtained from <b><u>MB Design LLC, located 8841 Bluebonnet Boulevard Suite A, 70810, Baton Rouge, LA</u></b><u>.</u> For a fee of $65.00 dollars. Documents can be mailed to bidders with a provided shipping account number. No refunds will be made for returned drawings.<br /> <br />Where bids are to be received on forms furnished by the awarding authority, no contract documents shall be issued to anyone except a Licensed Contractor or his/ her authorized Representatives. <b><u>In no event shall any</u> <u>document for bidding be issued later than seventy- two (72) hours prior to the hour and date set for receiving</u> <u>bids.</u></b><br /> <br />Each bid must be submitted in a sealed envelope bearing on the outside the name of the bidder, his/her address, contractor’s state license number and the name of the project for which the bid is submitted. If forward by mail, the sealed envelope containing the bid must be enclosed in another envelope addressed to the <b><u>Ascension Parish Purchasing Department, 615 E. Worthey, Gonzales, Louisiana 70737</u>, mailed certified mail and must be received no later than the bid opening.</b><br /> <br />Contractors desiring to bid shall submit to the 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 <b>March 13, 2025 at the project site located at 300 Houmas St, Donaldsonville, La 70346 at 10:00 am.</b><br /> <br /> <br />All questions regarding this project and the bid package shall be submitted to the Purchasing Department via <a href="mailto:purchasing@apgov.us">purchasing@apgov.us </a><b>by 4:00 PM on March 17, 2025</b>. Responses will be coordinated with the Project Manager and posted on the <a href="http://www.centralauctionhouse.com/">www.centralauctionhouse.com </a><b>by 4:00 pm on March 20, 2025</b>.<br /> <br />In addition to paper bids, electronic bids and electronic bid bonds for the following project will be downloaded by the Ascension Parish Purchasing Department. Electronic bids and electronic bid bonds must be submitted through <a href="http://www.centralauctionhouse.com/">www.centralauctionhouse.com </a>prior to the electronic bidding deadline. Beginning at <b>10:00 am local time on, April 3, 2025, </b>all bids will be downloaded. <b>No bids are accepted after 10:00 am local time.</b><br /> <br />RS 38:2218. Evidence of good faith; countersigning<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:<ol style="list-style-type:upper-alpha;"> <li>A copy of the bid bond <b><u>must</u> </b>be attached to the bid document submitted electronically.</li></ol> <ol style="list-style-type:upper-alpha;"> <li value="2">The original bid bond document must be received in our office no later than 48 hours after bid opening date and time <b><i><u>(Ascension Parish Purchasing Department</u></i><u>, <i>615 E. Worthey, Gonzales, Louisiana.</i></u></b></li> <li value="3">The bid-bond envelope must be clearly labeled as a “Bid Bond” with the project name, vendor’s name as it appears on the bid documents and address.</li></ol> <br />All addenda, Amendments, Letters of Clarification, and Withdrawal Notices will be posted online in addition to electronic copies being distributed. Construction proposal information may be accessed via the internet at <a href="http://www.centralauctionhouse.com/">www.centralauctionhouse.com</a>. Users must click on Login and create a New User Registration to view and download drawings. Once logged in, users must click on Ascension Parish Government to view current advertisement listings. This listing is titled <b><i>“<u>Donaldsonville Courthouse Interior Wall Restoration”</u> </i></b>Registered users will have access to view Project Information, submit a question concerning the project, and view the drawings. All project specific notices are found here. It will be the responsibility of the bidder to check for updates. All submitted questions will be forwarded by email to the Project Manager and the 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- 3/6/25, 3/17/25, 3/20/25<br />CHIEF- 3/6/25, 3/17/25, 3/20/25<br />
https://www.centralauctionhouse.com/rfp67424220-donaldsonville-courthouse-interior-wall-restoration-.html
<br /> <b><i>BID NOTICE</i></b><br /> <br />Sealed bids will be received by Ascension Parish Government at the Ascension Parish Government Purchasing Office, 615 E. Worthey Street, Gonzales, Louisiana 70737, until <b>April 2, 2025, </b><b>at 10:00 a.m. </b>local time. The bids will be publicly opened and read aloud for the following:<br /> <br /><b>Holy Rosary Catholic Church: Proposed Bulkhead Improvements Along New River and Duckroost Bayou </b><br /> <h3>Statement of Work:</h3><b>This proposed project includes removal of existing timber bulkhead and installation of new steel sheet pile bulkhead.</b><br /> <br />This work is expected to be completed within <b>NINETY (90) CALENDAR DAYS</b>. Any contractor wanting to bid on this project shall hold a State License in the <b>HEAVY CIVIL category</b>. Any bid received after the closure time above stated will be returned unopened.<br /> <br />All Bids must be in accordance with the Contract Documents on file at the <b><u>Ascension Parish Purchasing</u> <u>Department, 615. E. Worthey Road, Gonzales, LA 70737.</u></b><br /> <br />Copies of Specifications, Bid Documents, Contract Documents and Construction Drawings for use in preparing Bids may be obtained from <b><u>Hartman Engineering, Inc., 16563 Airline Hwy., Suite A & B, Prairieville, Louisiana 70769, 225-313-4617, upon payment of Fifty Dollar ($50.00) per set made payable to Hartman Engineering, Inc. or free if electronic copy requested and media provided</u></b>. Documents can be mailed to bidders with a provided shipping account number. No refunds will be made for returned drawings.<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 <b><u>Ascension Parish Purchasing Department, 615 E. Worthey, Gonzales, Louisiana 70737</u>, mailed certified mail and must be received no later than the bid opening.</b><br /> <br />Contractors desiring to bid shall submit to the 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 <b>March 19, 2025 located at 42077 Churchpoint Rd, Gonzales, LA 70737 at 10:00 am.</b><br /> <br /> <br />All questions regarding this project and the bid package shall be submitted to the Purchasing Department via <a href="mailto:purchasing@apgov.us">purchasing@apgov.us </a><b>by 4:00 PM on March 24, 2025</b>. Responses will be coordinated with the Project Manager and posted on the <a href="http://www.centralauctionhouse.com/">www.centralauctionhouse.com </a><b>by 4:00 pm on March 26, 2025</b>.<br /> <br />In addition to paper bids, electronic bids and electronic bid bonds for the following project will be downloaded by the Ascension Parish Purchasing Department. Electronic bids and electronic bid bonds must be submitted through <a href="http://www.centralauctionhouse.com/">www.centralauctionhouse.com </a>prior to the electronic bidding deadline. Beginning at <b>10:00 am local time on April 2, 2025, </b>all bids will be downloaded. <b>No bids are accepted after 10:00 am local time.</b><br /> <br />RS 38:2218. Evidence of good faith; countersigning<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:<ol style="list-style-type:upper-alpha;"> <li>A copy of the bid bond <b><u>must</u> </b>be attached to the bid document submitted electronically.</li></ol> <ol style="list-style-type:upper-alpha;"> <li value="2">The original bid bond document must be received in our office no later than 48 hours after bid opening date and time <b><i><u>(Ascension Parish Purchasing Department</u></i><u>, <i>615 E. Worthey, Gonzales, Louisiana.</i></u></b></li> <li value="3">The bid-bond envelope must be clearly labeled as a “Bid Bond” with the project name, vendor’s name as it appears on the bid documents and address.</li></ol> <br />All addenda, Amendments, Letters of Clarification, and Withdrawal Notices will be posted online in addition to electronic copies being distributed. Construction proposal information may be accessed via the internet at <a href="http://www.centralauctionhouse.com/">www.centralauctionhouse.com</a>. Users must click on Login and create a New User Registration to view and download drawings. Once logged in, users must click on Ascension Parish Government to view current advertisement listings. This listing is titled <b><i>“<u>Holy Rosary Catholic Church: Proposed Bulkhead Improvements Along New River and Duckroost Bayou”</u> </i></b>Registered users will have access to view Project Information, submit a question concerning the project, and view the drawings. All project specific notices are found here. It will be the responsibility of the bidder to check for updates. All submitted questions will be forwarded by email to the Project Manager and the 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- 3/6/25, 3/13/25, 3/20/25<br />CHIEF- 3/6/25, 3/13/25, 3/20/25<br />
https://www.centralauctionhouse.com/rfp62974715-holy-rosary-catholic-church-proposed-bulkhead-improvements-along-new-river-and-duckroost-bayou.html
Jefferson Davis Parish School Board 2025-2026 Paper and Cleaning Supplies
https://www.centralauctionhouse.com/rfp3467612-jefferson-davis-parish-school-board-paper-and-cleaning-supplies-for-the-2025-2026-school-year.html
Jefferson Davis Parish School Board Milk and Milk Prodcuts for the 2025-2026 School Year
https://www.centralauctionhouse.com/rfp27626399-jefferson-davis-parish-school-board-milk-and-milk-products-for-the-2025-2026-school-year.html
Jefferson Davis Parish School Board Bread and Bakery Items for the 2025-2026 School Year
https://www.centralauctionhouse.com/rfp3454469-jefferson-davis-parish-school-board-bread-and-bakery-items-for-the-2025-2026-school-year.html
Chilled and Frozen Foods Fruit Juices Bakery Items Vegetables for Jefferson Davis Parish School Board 2025-2026
https://www.centralauctionhouse.com/rfp68833349-jefferson-davis-parish-school-board-chilled-and-frozen-foods-fruit-juices-bakery-items-vegetables-for-the-2025-2026-school-year.html
<b>Fresh Produce</b>
https://www.centralauctionhouse.com/rfp68867933-fresh-produce.html
FOR QUESTIONS CONTACT:<br />BRIDGET DEMONICA<br />BRIDGET.DEMONICA@LPSB.ORG<br />225-686-4224<br /><br />OPTIONAL PRE-PROPOSAL CONFERENCE:<br />WEDNESDAY, MARCH 19, 2025<br />10:00 AM CST<br />DENHAM SPRINGS HIGH SCHOOL <br />COACH'S OFFICE - FIELDHOUSE<br />1000 N. RANGE AVE.<br />DENHAM SPRINGS, LA 70726
https://www.centralauctionhouse.com/rfp52265810-rfp-25-13-weight-room-equipment-for-denham-springs-high-fieldhouse.html
<div style="text-align: center;"><b>INVITATION TO BID</b></div> <br />The City of Denham Springs is receiving sealed written bids from qualified vendors to provide public works Materials and Services for<br /> <div style="text-align: center;"><b>CITY OF DENHAM SPRINGS –<br />TRAVELLING BRIDGE SAND FILTER REHAB 2025</b></div><br />Sealed Bids will be received at the Denham Springs City Hall located at_116 North Range Ave. Denham Springs, LA 70726, until April 8, 2025 @ 2:00 p.m. <br />At which time bids will be opened and publicly read aloud. Bids received after the above time will be returned unopened. Complete bidding documents may be obtained from the office of Alvin Fairburn & Associates, Inc., 1289 Del Este Avenue, Denham Springs, Louisiana upon payment of $75.00 per set. Deposits on first set of documents furnished to General Contractors who bid the project will be fully refunded upon return of the documents in good condition no later than ten days after receipt of bids. On other sets of documents one-half (1/2) the deposit will be refunded upon return of the documents in good condition no later than ten (10) days after receipt of bids. An additional non-refundable charge of $50.00 per set will be charged if plans and specifications are mailed. Electronic bids will also be accepted. Please find bid related materials and place your electronic bids at www.centralbidding.com. <br />A MANDATORY PRE-BID MEETING will be held at the Alvin Fairburn Office Building located at 1289 Del Este Avenue, Denham Springs, Louisiana on March 27, 2025@ 10:00 a.m. LA RS38: 2212 (I) rules apply.<br /><br />The Contract will be awarded to the lowest, responsible, responsive bidder.<br /><br />All bids must be accompanied by a bid security equal to five percent (5%) of the base bid and any alternatives and subject to the conditions provided in the Instructions to Bidders. The successful contractor will be required to enter into a contract with the OWNER and to furnish all the materials, perform all of the work, supervise, coordinate, administrate and be responsible for the work of the entire project. No bids may be withdrawn after the closing time for receipt of bids for at least forty-five (45) days. The bond of the low bidder will be held for forty-five (45) days, or until the contract is signed, whichever is shorter. A performance and payment bond for the work will be required upon execution of the contract, equal to one hundred percent (100%) of said contract written by a company licensed to do business in Louisiana and who is currently on the U.S. Department of the Treasury Financial Management Service List. The bond shall be countersigned by a person who is under contract and who is licensed as an insurance agent in the State of Louisiana, and who is residing in this state.<br /><br />The City of Denham Springs 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 />Equal Employment Opportunity (EEQ) Statement – All qualified applicants will receive consideration for employment without regard to race, color, religion, sex, or national origin. All Bidders on this project will be required to comply with the President’s Executive Order No. 11246, as amended. <br /><br />CITY OF DENHAM SPRINGS WASTEWATER DEPT<br /><br />ADVERTISE:<br />THURSDAY MARCH 6, 2025<br />THURSDAY MARCH 13, 2025<br />THURSDAY MARCH 20, 2025<br /><br /><br />
https://www.centralauctionhouse.com/rfp24931529-city-of-denham-springs--traveling-bridge-sand-filter-rehab-2025.html
The City of Alexandria is soliciting seal bids for Landscaping and Irrigation for the Intersection of MacArthur Drive and Jackson Street in the City of Alexandria. Sealed bids will be received at the City Council Chamber, 915 Third Street, Alexandria, Louisiana (See attached Advertisement for Bids, Plans and Specifications).
https://www.centralauctionhouse.com/rfp77066526-macarthur-drive-at-jackson-street-2025-rehabilitation.html
<div><h1 style="text-align: center;"><b>REQUEST FOR QUALIFICATIONS</b></h1> <br />Request for qualifications will be received by the Ascension Parish Government at the Ascension Parish Government Purchasing Office, 615 East Worthey St., Gonzales, LA 70737 until <b>April 3, 2025</b>, at 3:00 p.m. (CST) for the following:<br /> <h1 style="text-align: center;"><b>Administrative Consultant Services<br />HUD SECTION 8 HOUSING CHOICE VOUCHER (HCV) PROGRAM</b></h1><h1><b style="font-size: 13px;">STATEMENT OF WORK</b></h1>Ascension Parish Government (Parish) is soliciting qualification statements for Administrative Consultant Services to provide the Parish with administration and implementation of this project in compliance with HUD requirements. The agreement will be on cost reimbursement, not to exceed basis with payment terms to be negotiated with the selected respondent. The maximum amount of fees that can be paid with Section 8 funds will be determined by the Federal Department of Housing and Urban Development and may require adjustments to the proposed contract amount.<br /> <br /><b>PROJECT DESCRIPTION: </b><br />The services to be provided will include, but not be limited to:<br /> <br /><b>Task 1- SECTION 8 PROGRAM MANAGEMENT</b><br />The Administrator will be responsible for the following activities as described in the Parish’s Administration Plan for the Section 8 Program:<br /> </div> <div><ul> <li>Outreach to families</li> <li>Outreach to owners and landlords</li> <li>Application completion and eligibility determination</li> <li>Family briefing and issue of certification of family participation</li> <li>Inspections</li> <li>HAP documents</li> <li>Annual recertification and inspection</li> <li>Housing information and counseling</li> <li>Rent adjustment requests</li> <li>Adjustment of allowances for utilities</li> <li>Ongoing financial management</li> <li>Ongoing reports</li> <li>Terminations</li> <li>Complaint and appeal procedures</li> <li>Electronic reports</li></ul></div> <br />All questions regarding the RFQ shall be submitted to the Purchasing Department via email at <a href="mailto:purchasing@apgov.us">purchasing@apgov.us</a> by 3:00 p.m. local time (CST) on <b>March 18, 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 25, 2025</b>.<br /> <br /> <br /> <br />Firms/individuals who are interested in providing services requested under this RFQ must submit six (6) copies of the information specified in this section. The information shall be received in hard copy (printed) version 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 />DONALDSONVILLE CHIEF PLEASE PUBLISH 3/6/2025, 3/13/2025, 3/20/2025<br />GONZALES WEEKLY PLEASE PUBLISH 3/6/2025, 3/13/2025, 3/20/2025
https://www.centralauctionhouse.com/rfp79205956-administrative-consultant-services--hud-section-8-housing-choice-voucher.html
<h1>REQUEST FOR QUALIFICATIONS</h1> <br />Request for qualifications will be received by the Ascension Parish Government at the Ascension Parish Government Purchasing Office, 615 East Worthey St., Gonzales, LA 70737 until <b>April 3, 2025</b>, at 3:00 p.m. (CST) for the following:<br /> <h1>Engineering Review Agency Services</h1><b>STATEMENT OF WORK</b><br />The Ascension Parish Government (Parish) is soliciting requests for qualifications from professional engineering consultants to provide engineering review services related to the review and approval of development projects submitted to the Parish utilizing the Parish Unified Land Development Code which includes the Parish Subdivision Code, Subdivision Ordinance, Zoning Code, Traffic Study Policy, and Drainage Ordinance including the use of fill as a construction method, additionally, Impact Fees (drainage, recreation and traffic) for the unincorporated portions of the Parish. <br /><br /><b>PROJECT DESCRIPTION: </b><br />The Engineering Review Agency will perform the duties ordinarily associated with an in-house engineering department related to the subdivision and development of property in the Parish. The agency will have complete knowledge of the Parish Unified Land Development Code and its applicability to subdividing property and developing the built environment of Ascension Parish.<br /><br /><b>Services to provide:</b><ol> <li>Subdivision and Development Plan Review</li> <li>Construction Process, Inspection and Monitoring</li> <li>Meeting Attendance</li> <li>Technical Assistance</li></ol> <br />All questions regarding the RFQ shall be submitted to the Purchasing Department via email at <a href="mailto:purchasing@apgov.us">purchasing@apgov.us</a> by 3:00 p.m. local time (CST) on <b>March 18, 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 25, 2025</b>.<br /> <br />Firms/individuals who are interested in providing services requested under this RFQ must submit six (6) copies of the information specified in this section. The information shall be received in hard copy (printed) version 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 />DONALDSONVILLE CHIEF PLEASE PUBLISH 3/6/2025, 3/13/2025, 3/20/2025<br />GONZALES WEEKLY PLEASE PUBLISH 3/6/2025, 3/13/2025, 3/20/2025
https://www.centralauctionhouse.com/rfp93870247-engineering-review-agency-services.html
Repairs to the existing Community Building including but not limited to new retrofit roof framing system with standing seam metal roof, gutters and <br />downspouts, repairs to exterior brick, parapet coping, door replacement, soffit <br />repair. Suspended ceiling repair and replacement, ceiling tile replacement, door <br />replacement, floor refinishing. Installation of metal building insulation at roof <br />deck.
https://www.centralauctionhouse.com/rfp64861604-repairs-for-st-henry-catholic-church.html
<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00147445<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., April 17, 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 />Three (3) Year Contract to Provide Janitorial Services at Seventeen (17) Library Buildings<br />for the Jefferson Parish Library Department<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 />A MANDATORY Pre-Bid Conference will be held at 9:00 am on March 20, 2025 in the Jefferson Parish East Bank Regional Library Admin Conference Room, located at 4747 W. Napoleon Avenue, Metairie, LA 70001.All interested parties are invited to attend. All bidders must attend the Mandatory pre-bid conference and will be required to sign in and out as evidence of attendance. In accordance with LA R.S. 38:2212(I), all prospective bidders shall be present at the beginning of the Mandatory pre-bid conference and shall remain in attendance for the duration of the conference. Any prospective bidder who fails to attend the conference or remain for the duration shall be prohibited from submitting a bid for the project.<br /> <br /> <br /> <br /> <br /> <br /><br />Renny Simno<br />Director<br />Purchasing Department<br /> <br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br /><br /> <br />ADV: The New Orleans Advocate: March 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 />
https://www.centralauctionhouse.com/rfp16583642-5000147445-three-3-year-contract-to-provide-janitorial-services-at-seventeen-17-library-buildings-for-the-jefferson-parish-library-department.html
REQUEST FOR PROPOSAL<br />RFP 0499<br />The Jefferson Parish Department of Purchasing is soliciting Request for Proposals (RFPs) from qualified firms To Provide Livestock Keeping Services to the Department of Jefferson Protection & Animal Welfare Services (JPAWS) for a period of Three (3) years with the option to renew for two (2) additional One (1) year periods upon Council approval (Parishwide<br />The purpose of this Request for Proposal (RFP) is to obtain competitive proposals as allowed by Jefferson Parish Code of Ordinances Section 2-895 et. seq. from bona fide, qualified Proposers who are interested in providing Scope of Work as defined in Part II hereof. By submitting a proposal, Proposer agrees to comply with all provisions of Louisiana law as well as compliance with the Jefferson Parish Code of Ordinances, Louisiana Code of Ethics, applicable Jefferson Parish ethical standards and Jefferson Parish (hereinafter sometimes referred to as the “Parish”) standard terms and conditions as adopted by Jefferson Parish Council Resolution.<br />All proposals will be evaluated on criteria such as vendor’s technical proposal, qualifications and experience, financial profile and proposal responsiveness and other criteria more specifically defined in the RFP document. The maximum total points for each proposal are set at 100 points<br />RFP specifications may be obtained by visiting the Jefferson Parish Purchasing Department webpage at https://www.jeffparish.gov/464/Purchasing and selecting the LaPAC Tab. RFPs may also be viewed and submitted online free of charge at: www.jeffparishbids.net or www.centralbidding.com.<br />Submissions will only be accepted electronically via the Parish’s e-Procurement system, Central Bidding. Responses will be received until 3:30 P.M. on April 08, 2025. Jefferson Parish no longer accepts manual submissions. All vendors will be required to register with Central Bidding.<br />The Jefferson Parish Council reserves the right to accept or reject any and all proposals, in whole or part, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br />Renny Simno<br />Director Purchasing Department<br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br />ADV: The New Orleans Advocate: March 05, 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/rfp24990772-rfp-0499-to-provide-livestock-keeping-services-for-the-jefferson-protection-animal-welfare-services-jpaws.html
ADVERTISEMENT FOR BIDS<br />BID NO. 50-00147290<br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., April 01 , 2025 and shall, at the below listed time and place, be publicly opened and read aloud. At no charge, bidders may submit via Jefferson Parish’s electronic procurement page by visiting www.jeffparishbids.net to register for this free site.<br />Bids will be accepted and received through Central Bidding until 2 p.m. The public bid opening will be held at the West Bank Purchasing Department at 200 Derbigny Street, Suite 4400, Gretna, LA 70053 beginning at 2:30 p.m. on each bid opening date for the following project:<br />Two (2) Year Contract for a Supply of Plants, Trees and Shrubs for the Jefferson Parish Department of Public Works- Parkways<br />Bid specifications may be obtained by visiting the Jefferson Parish Purchasing Department webpage at https://www.jeffparish.gov/464/Purchasing and selecting the LaPAC Tab. Bids may also be viewed and submitted online free of charge at: www.jeffparishbids.net.<br />Each bid must be accompanied by a surety bid bond in the amount of 5% of the total bid amount, or the amount specified, WHEN INDICATED IN THE SPECIFICATIONS. Vendors must submit an electronic bid bond through the respective online clearinghouse bond management system(s) as indicated in the electronic bid Solicitation on Central Auction House and place the electronic bid bond number as indicated on the electronic envelope. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission.<br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br />Renny Simno<br />Director<br />Purchasing Department<br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br />ADV: The New Orleans Advocate: March 05, 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/rfp24924363-5000147290-two-2-year-contract-for-a-supply-of-plants-trees-and-shrubs-for-the-jefferson-parish-department-of-public-works-parkways.html
PUBLIC NOTICE<br />SOQ #25-009<br /> <br />Mike Miley Playground Community Oasis Project Design Services<br /> <br />The Parish of Jefferson, authorized by Resolution No 145708. is hereby soliciting a Statement of Qualifications (TEC Professional Services Questionnaire) from persons or firms interested in providing professional landscape architecture services for the Mike Miley Community Oasis Project (Council District 2).<br /> <br />Deadline for Submissions: 3:30 p.m., April 3, 2025<br /> <br />General<br /> <br />The scope of work associated with this project consists of play spaces, parking enhancements, green infrastructure and improved walkways within the Mike Miley playground area that sits near the corner of David Dr. and W Metairie Ave. The intention of the project is to create a community oasis that creates outdoor spaces that are accessible during high heat conditions by implementing green infrastructure solutions for water retention and heat mitigation including but not limited to bioswales, permeable pavement, and rain gardens. Additionally, children’s play spaces, shade structures, innovating parking solutions, and connecting pathways within the park are included in the scope. Jefferson Parish anticipates the project will require the following supplemental services/disciplines: hydrologic modeling, civil engineer, electrical engineer, traffic engineer, geotechnical services, land surveying, and resident inspection.<br /> <br /> <br />Compensation<br /> <br />Compensation for the required design services will be made on an hourly rate basis or a fixed fee basis, or a combination of both, depending on scope and complexity of the work. The Parish reserves the right to determine the method of payment (hourly or fixed) for each individual assignment.<br /> <br />For hourly rate work, the firm shall be compensated by the appropriate Jefferson Parish Department on the basis of their certified and itemized burdened rate in accordance with guidelines established in Attachment “A” to the Standard Professional Services Agreement for Jefferson Parish. A copy of Attachment “A” may be obtained by calling the Jefferson Parish Department of Capital Projects at (504) 736-6833.<br /> <br />For fixed fee work, the fee shall be negotiated with the firm by the Jefferson Parish Department of Capital Projects and shall be mutually agreeable to both parties.<br /> <br />Compensation for supplemental services, if required, shall be in the form of a “lump sum” or hourly rate for each supplemental service, which shall be mutually agreeable to the Parish and the Consultant.<br /> <br />All costs associated with this project shall be subject to Jefferson Parish review and approval.<br /> <br />Minimum Requirements for Selection<br /> <br />The persons or firms under consideration shall have at least one (1) principal who is a licensed, registered professional landscape architect in the State of Louisiana. A subcontractor may not be used to meet this requirement. (Section C. of TEC Professional Services Questionnaire); <br />The persons or firms under consideration shall have a professional in charge of the Project who is a licensed, registered professional engineer, architect, or landscape architect in the State of Louisiana with a minimum of five (5) years’ experience. A subcontractor may not be used to meet this requirement. (Section K. “PROFESSIONAL IN CHARGE OF PROJECT:”; of TEC Professional Services Questionnaire); <br />The persons or firms under consideration shall have one (1) employee who is a licensed, registered professional engineer, architect, or landscape architect in the State of Louisiana in the applicable discipline involved. A subcontractor may meet this requirement only if the advertised Project involves more than one discipline. (Section D. of TEC Professional Services Questionnaire). <br />With regard to the questionnaire, Principal means the sole proprietor of the firm, or one who shares an ownership interest with other persons in the firm, including but not limited to, a partner in a partnership, a shareholder in a corporation, or a member of a limited liability corporation.<br /> <br />Evaluation Criteria<br /> <br />The following criteria will be used to evaluate each firm submitting a Statement of Qualifications: <br /> <br />1) Professional training and experience in relation to the type and magnitude of work required for the particular project – (Maximum points awarded shall be 35 points).<br />2) Size of firm, considering the number of professional and support personnel required to perform the type of engineering tasks, including project evaluation, project design, drafting of technical plans, development of technical specifications and construction administration – (Maximum points awarded shall be 10 points).<br />3) Capacity for timely completion of newly assigned work, considering the factors of type of engineering task, current unfinished workload, and person or firm’s available professional and support personnel – (Maximum points awarded shall be 20 points). <br />4) Past Performance on a project in which the person or firm assisted a governmental entity in dealings with Disaster Recovery and any other projects relating to CDBG – (Respondent should provide a list of completed Disaster Recovery projects and/or similar CDBG projects for which firm has provided verifiable references) (Maximum points awarded shall be 10 points).<br />5) Location of the principal office – Preference shall be given to persons or firms with a principal business office as follows: (A) Jefferson Parish, including municipalities located within Jefferson Parish (15 Points); (B) Neighboring Parishes of the Greater New Orleans Metropolitan Region, which includes Orleans, Plaquemines, St. Bernard, St. Charles and St. Tammany Parishes (12 Points); (C) Parishes other than the foregoing (10 Points); (D) Outside the State of Louisiana (6 Points). Location of the principal office shall only factor into the evaluation criteria if adequate competition (two or more firms that are responsive and responsible) are located within Jefferson Parish - (Maximum points awarded shall be (15 points).<br />6) Adversarial legal proceedings between the Parish and the person or firm performing professional services, in which the Parish prevailed or any ongoing adversarial legal proceedings between the Parish and the person or firm performing professional services excluding those instances or cases where the person or firm was added as an indispensable party, or where the person or firm participated in or assisted the public entity in prosecution of its claim. (In the event that the person or firm fails to provide accurate and detailed information regarding legal proceedings with the Parish, including the absence of legal proceedings, the person or firm shall be deemed unresponsive with regard to this category, and zero (0) points shall be awarded) - (Maximum points awarded shall be 15 points).<br />7) Prior successful completion of projects of the type and nature of engineering services, as defined, for which firm has provided verifiable references - (Maximum points awarded shall be 5 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 /> <br />The person or firm submitting a Statement of Qualification (TEC Professional Services Questionnaire) must identify all subcontractors who will assist in providing professional services for the project, in the professional services questionnaire. Each subcontractor shall be required to submit a (TEC Professional Services Questionnaire) and all documents and information included in the questionnaire. (Refer to Jefferson Parish Code Ordinance, Section 2-928)<br /> <br />All persons or firms (including subcontractors) must submit a Statement of Qualifications (TEC Professional Services Questionnaire) by the deadline. The latest professional services questionnaire may be obtained by contacting the Purchasing Department at (504) 364-2678 or via the Jefferson Parish website at https://www.jeffparish.gov/27/Government. This questionnaire can be accessed by clicking on the + next to “Doing Business in Jefferson Parish” on the website and clicking on “Professional Services Questionnaires”.<br /> <br />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: March 5, 12, & 19, 2025
https://www.centralauctionhouse.com/rfp24971760-soq-25-009-provide-professional-landscape-architecture-services-for-the-mike-miley-community-oasis-project-ecosystems-and-coastal-management-department.html
<div style="text-align: center;">INVITATION TO BID<br /> <br />Sealed Bid No. 25-6883</div> <br />03/05/2025<br />REMOVE, FURNISH AND INSTALL WINDOWS AND RELATED AT HERITAGE HALL<br />Sealed Bid No. 25-6883<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>Remove, Furnish & Install Windows at Heritage Hall</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>April 4th, 2025 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. There will be a mandatory pre-bid meeting on Tuesday March 18th, 2025 at 10:00 AM at City of Kenner Building Heritage Hall, 303 Williams Blvd, Kenner, LA 70062. All interested bidders must 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 />March 5th, 2025<br />March 12th, 2025<br />March 19th, 2025
https://www.centralauctionhouse.com/rfp79146485-sealed-bid-25-6883-remove-furnish-and-install-windows-and-related-at-heritage-hall.html
<div style="text-align: center;">INVITATION TO BID<br /> <br />Sealed Bid No. 25-6881</div> <br />03/05/2025<br />CONTRACT TO SUPPLY STREETLIGHT POLES AND ACCESSORIES<br />Sealed Bid No. 25-6881<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>Supply Streetlight Poles & Accessories</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>April 2nd, 2025 at 9:45</b> 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 />March 5th, 2025<br />March 12th, 2025<br />March 19th, 2025
https://www.centralauctionhouse.com/rfp93904305-sealed-bid-25-6881-contract-to-supply-streetlight-poles-and-accessores.html
ADVERTISEMENT FOR BIDS<br />BID NO. 50-00147189<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., April 15, 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 />Woodmere Playground Improvements Phase IV (Football Field & Running Track)<br />Project No. 20-1946C<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 Seventy ($70.00) 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 March 21, 2025 at Woodmere Playground (Gym’s Meeting Room) located at 4100 Glenmere Drive, Harvey, LA 70058. However, failure to attend the pre-bid conference shall not relieve the bidder of responsibility for information discussed at the conference. Furthermore, failure to attend the pre-bid conference and inspection does not relieve the successful bidder from the necessity of furnishing materials or performing any work that may be required to complete the work in accordance with the specification with no additional cost to the owner. <br /> <br /> <br /><br />Renny Simno<br />Director<br />Purchasing Department<br /> <br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br /><br /> <br />ADV: The New Orleans Advocate: March 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/rfp44160034-5000147189-woodmere-playground-improvements-phase-iv-foortball-field-and-running-track-project-no-20-1946c-department-of-recreation.html
<div style="text-align: center;">INVITATION TO BID<br /> <br />Sealed Bid No. 25-6882</div> <br />March 5, 2025<br />CONTRACT TO PROVIDE ELECTRICAL SUPPLIES AS NEEDED<br />Sealed Bid No. 25-6882<br /> <br /> <br />The City of Kenner (also referenced as “Kenner” and “Owner”) will receive sealed bids for:<br /> <div style="text-align: center;"><b>CONTRACT TO PROVIDE ELECTRICAL SUPPLIES AS NEEDED</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 <u><b>Thursday, April 10, 2025 at 9:45 a.m.</b></u>, 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<br /> <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 />March 5, 2025<br />March 12, 2025<br />March 19, 2025
https://www.centralauctionhouse.com/rfp6483810-sealed-bid-25-6882-contract-to-provide-electrical-supplies-as-needed.html
<div style="text-align: center;">INVITATION TO BID<br /> <br />Sealed Bid No. 25-6880</div> <br />March 5, 2025<br />CONTRACT TO SUPPLY TRAFFIC SIGNAL PARTS<br />Sealed Bid No. 25-6880<br /> <br /> <br />The City of Kenner (also referenced as “Kenner” and “Owner”) will receive sealed bids for:<br /> <div style="text-align: center;"><b>CONTRACT TO SUPPLY TRAFFIC SIGNAL PARTS</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 <u><b>Wednesday, April 9, 2025 at 9:45 a.m.,</b></u> 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 />March 5, 2025<br />March 12, 2025<br />March 19, 2025<br />
https://www.centralauctionhouse.com/rfp37445014-sealed-bid-25-6880-contract-to-supply-traffic-signal-parts.html
<div style="text-align: center;">INVITATION TO BID<br /> <br />Sealed Bid No. 25-6878</div> <br />March 5, 2025<br />CONTRACT TO PROVIDE GRASS CUTTING OF ROUGH CUT DITCH SLOPES<br />Sealed Bid No. 25-6878<br /> <br /> <br />The City of Kenner (also referenced as “Kenner” and “Owner”) will receive sealed bids for:<br /> <div style="text-align: center;"><b>CONTRACT TO PROVIDE GRASS CUTTING OF ROUGH CUT DITCH SLOPES</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><u>Tuesday, April 8, 2025 at 9:45 a.m.</u></b>, by the City of Kenner in the Finance Department located at:<br /> <div style="text-align: center;">1610 Reverend Richard Wilson Drive<br />Building D<br />Kenner, Louisiana 70062</div> <br />All interested parties are invited to attend the Bid Opening on the same day at 10:00 a.m. in 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 <i><u>Thursday, March 13, 2025 at 9:30 a.m</u></i>. located at 1803 23rd Street Suite B, Kenner, LA 70062 to ascertain contractors understanding of the Scope of Work required to perform the job, allow questions to be answered, and to inspect the sites (if need be) with the owner’s representative, etc. All interested bidders are encourage to attend. Failure to attend the pre-bid meeting shall not relieve the successful bidder of the responsibility of the information discussed at the meeting, the necessity of furnishing materials, and/or performing any work that may be required to complete the work in accordance with the specifications, at no additional cost to Kenner.<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 />March 5, 2025<br />March 12, 2025<br />March 19, 2025
https://www.centralauctionhouse.com/rfp38430693-sealed-bid-25-6878-contract-to-provide-grass-cutting-of-rough-cut-ditch-slopes.html
<div style="text-align: center;">ADVERTISEMENT FOR BIDS</div> <br /> Notice is hereby given that the Sabine Parish School Board will receive sealed bids from LA licensed general contractors until 2:00 P.M., Thursday April 03, 2025, for:<br /> <div style="text-align: center;">JOB #2024-10 ALTERATIONS & ADDITIONS<br />TO MANY HIGH SCHOOL FIELDHOUSE<br />MANY, LOUISIANA</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, 695 Peterson Street, Many, LA 71449. 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 10:30 A.M. on Wednesday, March 25, 2025 at Many High School: 100 Tiger Drive, Many, LA 71449. 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 plan holders upon return of the documents, in good condition, no later than fifteen (15) days after bid receipt deadline. Deposits will not be refunded for late returns or for bid sets returned in poor condition. A USB flash drive or CD containing the bid set PDFs may be purchased from YWA for $20, payable by check to Yeager, Watson & Associates, LLC.<br /> <br />Bid-related materials and electronic bid submittals are available at: WWW.CENTRALBIDDING.COM. For questions relating to the electronic bidding process, please contact Central Bidding at (225) 810-4814. Bid set PDFs may also be viewed through the following Plan Rooms: LAGC, ConstructConnect, Dodge, or ISqFt (membership may be required for access).<br /> <br />The Sabine Parish School Board is an equal opportunity employer.<br /> </div>Mr. Shane Wright<br />Superintendent <br />Sabine Parish School Board<br /> <br />Publication Dates:<br /> <br />March 5, 2025<br />March 12, 2025<br />March 19, 2025
https://www.centralauctionhouse.com/rfp93973650-job2024-10-alterations-additions-to-many-high-school-fieldhouse.html
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 3rd day of April, 2025 for the following:<br /> <br />Ranch Road Bridge Replacement<br /> <br />and will, shortly thereafter, be opened and read aloud in the Council Briefing Room located at 705 West University Avenue, Lafayette, LA. Bids received after the above specified time for opening shall not be considered and shall be returned unopened to the sender. Bidders are encouraged to call into the bid openings at the following phone number 337-291-5100. <br /> <br />Scope of Services: The scope of services includes the removal of a 20 foot timber bridge, installation of a triple box culvert, and associated earthwork and roadway work, and installation of a temporary aggregate access roadway. All work to be completed within 175 working days from issuance of Notice to Proceed.<br /> <br /> <br />In accordance with Louisiana RS 38:2212 electronic Bids may be submitted at Central Bidding (www.centralbidding.com).Official Bid Documents are available at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814. Bidders may request the electronic bid package from Heather Kestler at hkestler@lafayettela.gov.<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 $150 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 hkestler@lafayettela.gov.<br /> <br />Contractors are requested to attend a pre-bid meeting, which will be held on March 19, 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 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: 3/5, 3/9, 3/16<br />DPR 992857<br /> <br />
https://www.centralauctionhouse.com/rfp75275073-ranch-rd-bridge-replacement-.html
<div style="text-align: center;">CITY OF NEW IBERIA <br /> <br />ADVERTISEMENT FOR BIDS <br /> </div> <br />Sealed bids will be received by the City of New Iberia, Louisiana, until 2:00 p.m. Wednesday, April 2, 2025, in the City Council Room, Third Floor of City Hall at which time the bids will be publicly opened for the purchase of: <br /> <div style="text-align: center;">6 MONTH MATERIALS BIDS <br /> May 1, 2025 thru October 31, 2025 <br /> <br />HIGH CALCIUM QUICKLIME (PEBBLE) <br />ROAD MATERIALS <br />SANITARY SEWER MATERIALS <br />CLEANING AND MAINTENANCE SUPPLIES </div> <br /> <br />Specifications may be obtained from the office of the Purchasing Agent, Room 304, Third Floor, City Hall, 457 East Main Street, New Iberia, Louisiana 70560-3700. You may turn in your bids at the above address or online at www.centralauctionhouse.com. All envelopes must be clearly marked on the outside with: Bid (Name of Item/Items Bidding on) before 2:00pm Wednesday, April 2, 2025. <br /> <br /> <br />CITY OF NEW IBERIA <br />Freddie DeCourt, Mayor <br /> <br /> <br />PUBLISHING DATES: March 5, 2025, and March 8, 2025 <br />
https://www.centralauctionhouse.com/rfp89562535-road-materials.html
<div style="text-align: center;">CITY OF NEW IBERIA <br /> <br />ADVERTISEMENT FOR BIDS </div> <br /> <br />Sealed bids will be received by the City of New Iberia, Louisiana, until 2:00 p.m. Wednesday, April 2, 2025, in the City Council Room, Third Floor of City Hall at which time the bids will be publicly opened for the purchase of: <br /> <div style="text-align: center;">6 MONTH MATERIALS BIDS <br />May 1, 2025 thru October 31, 2025 <br /> <br />HIGH CALCIUM QUICKLIME (PEBBLE) <br />ROAD MATERIALS <br />SANITARY SEWER MATERIALS <br />CLEANING AND MAINTENANCE SUPPLIES </div> <br /> <br />Specifications may be obtained from the office of the Purchasing Agent, Room 304, Third Floor, City Hall, 457 East Main Street, New Iberia, Louisiana 70560-3700. You may turn in your bids at the above address or online at www.centralauctionhouse.com. All envelopes must be clearly marked on the outside with: Bid (Name of Item/Items Bidding on) before 2:00pm Wednesday, April 2, 2025. <br /> <br /> <br />CITY OF NEW IBERIA <br />Freddie DeCourt, Mayor <br /> <br /> <br />PUBLISHING DATES: March 5, 2025, and March 8, 2025
https://www.centralauctionhouse.com/rfp2756728-sanitary-sewer-materials.html
<div style="text-align: center;">CITY OF NEW IBERIA <br /> <br />ADVERTISEMENT FOR BIDS </div> <br /> <br />Sealed bids will be received by the City of New Iberia, Louisiana, until 2:00 p.m. Wednesday, April 2, 2025, in the City Council Room, Third Floor of City Hall at which time the bids will be publicly opened for the purchase of: <br /> <div style="text-align: center;">6 MONTH MATERIALS BIDS <br /> May 1, 2025 thru October 31, 2025 <br /> <br />HIGH CALCIUM QUICKLIME (PEBBLE) <br />ROAD MATERIALS <br />SANITARY SEWER MATERIALS <br />CLEANING AND MAINTENANCE SUPPLIES </div> <br /> <br />Specifications may be obtained from the office of the Purchasing Agent, Room 304, Third Floor, City Hall, 457 East Main Street, New Iberia, Louisiana 70560-3700. You may turn in your bids at the above address or online at www.centralauctionhouse.com. All envelopes must be clearly marked on the outside with: Bid (Name of Item/Items Bidding on) before 2:00pm Wednesday, April 2, 2025. <br /> <br /> <br />CITY OF NEW IBERIA <br />Freddie DeCourt, Mayor <br /> <br /> <br />PUBLISHING DATES: March 5, 2025, and March 8, 2025
https://www.centralauctionhouse.com/rfp16566099-high-calcium-quicklime-pebble.html
<div style="text-align: center;">CITY OF NEW IBERIA <br /> <br />ADVERTISEMENT FOR BIDS </div> <br /> <br />Sealed bids will be received by the City of New Iberia, Louisiana, until 2:00 p.m. Wednesday, April 2, 2025, in the City Council Room, Third Floor of City Hall at which time the bids will be publicly opened for the purchase of: <br /> <div style="text-align: center;">6 MONTH MATERIALS BIDS <br /> May 1, 2025 thru October 31, 2025 <br /> <br />HIGH CALCIUM QUICKLIME (PEBBLE) <br />ROAD MATERIALS <br />SANITARY SEWER MATERIALS <br />CLEANING AND MAINTENANCE SUPPLIES </div> <br /> <br />Specifications may be obtained from the office of the Purchasing Agent, Room 304, Third Floor, City Hall, 457 East Main Street, New Iberia, Louisiana 70560-3700. You may turn in your bids at the above address or online at www.centralauctionhouse.com. All envelopes must be clearly marked on the outside with: Bid (Name of Item/Items Bidding on) before 2:00pm Wednesday, April 2, 2025. <br /> <br /> <br />CITY OF NEW IBERIA <br />Freddie DeCourt, Mayor <br /> <br /> <br />PUBLISHING DATES: March 5, 2025, and March 8, 2025
https://www.centralauctionhouse.com/rfp21852496-cleaning-and-maintenance-supplies.html
<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 Procurement Solicitation for C-2121 Procurement of Janitorial Supplies 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 (contracts@mccno.com).<br /><br /><u><b>Response Requirements</b></u><br />All proposals are due by 10:00 a.m. on Monday, March 31, 2025. Bidders are encouraged to submit bids via electronic submission at Central Bidding - Morial Convention Center<br />
https://www.centralauctionhouse.com/rfp49483995-c-2121-procurement-of-janitorial-supplies.html
Notice is hereby given that sealed Bids will be received by the St. Martin Parish Government, State of Louisiana, for roadway improvements for the HERMAN DUPUIS ROAD IMPROVEMENTS PROJECT, 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 St. Martin Parish Government until 10:00 A.M., April 9th, 2025 at the Government Annex Building, 301 W. Port Street, St. Martinville, Louisiana, 70582. 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 />Complete sets of the Bidding Documents may be examined in the office of the Parish President in the Government Annex Building, 301 W. Port Street, St. Martinville, Louisiana, or in the office of the Engineer, Duplantis Design Group, PC, 1308 Camellia Blvd., Suite 200, Lafayette, Louisiana.<br /> <br />Complete sets of the Bidding Documents may be obtained at the Engineer's office in accordance with the Instructions to Bidders upon payment of a deposit of one hundred twenty-five dollars ($125) for each set of documents to St. Martin Parish Government.<br /> <br />To qualify to bid, each bidder shall be a properly licensed Contractor in accordance with Louisiana Revised Statutes 37:2150-2163 for the classification of Highway, Street, and Bridge Construction. 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 Engineers. The Contractor shall show his license number on the bid form and on the envelope containing his Bid.<br /> <br />A voluntary Pre-Bid Meeting is to be held at 9:00 a.m. on March 27, 2025 at the St. Martin Parish Government Annex Building, 301 W. Port Street, St. Martinville, Louisiana, 70582.<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 St. Martin Parish Government in an amount of at least five percent of the Bidder's maximum Bid price and in the form of a certified check, cashier's check, or a Bid Bond. 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(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 is available to be viewed, downloaded, and submitted on-line at https://www.centralbidding.com/.<br />
https://www.centralauctionhouse.com/rfp32562188-herman-dupuis-road-improvements-project-.html
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/rfp69396854-rfp-1895p-sale-of-electrical-equipment-.html
CPSB Facility and Mechanical System Services RFP
https://www.centralauctionhouse.com/rfp17339229-cpsb-facility-and-mechanical-system-services-rfp-.html
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 15, 2025 in Room 826 of City Hall, 222 Saint Louis Street, Baton Rouge, Louisiana 70802 for:<br /> <br />Floor Care for the Baton Rouge Metropolitan Airport<br />RFP Solicitation No.2025-03-0910<br /> <br />A mandatory pre-proposal conference will be held in-person at the Baton Rouge Metropolitan Airport, 1st Floor Conference Room, 9430 Jackie Cochran Drive, Baton Rouge, LA 70807 on March 25, 2025 at 9:00 AM CST. Attendance at the pre-proposal conference is required to receive an award for this project.<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 /> <br />0910BRAirportFlooring@brla.gov<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 April 2, 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 /> <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.<br /> <br /> <br /> <br />
https://www.centralauctionhouse.com/rfp69369714-rfp-2025-03-0910-floor-care-for-the-baton-rouge-metropolitan-airport.html
ADVERTISEMENT<br /> REQUEST FOR QUALIFACATIONS<br />ST. BERNARD PARISH GOVERNMENT<br />STATE OF LOUISIANA<br /> <br />St. Bernard Parish Government invites qualified engineering firms to submit a Statement of Qualifications for the following project:<br />St. Bernard Parish<br />Engineering Services<br />Emergency Backup Generators<br />DR-4611-0126-LA<br /> <br />ENGINEERING FEE: TO BE NEGOTIATED<br /> <br />St. Bernard Parish Government desires to hire a qualified consultant to assist with the evaluation and assessment of various sites, development of design plans, construction bidding and oversight for the installation of emergency back-up generators. In particular, the proposed service includes site evaluations to determine maximum continuous run time, peak load, and required starting and<br />running watts for generators at enclosed locations. Evaluation of utility lines, design plans to include utility connections, and generator pad or platform with security fencing, as needed.<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 St. Bernard Parish. All responses received will be evaluated in accordance with the selection criteria identified in the Advertisement and 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 />St. Bernard 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 />Selection Criteria<br /> <br />All responses to this solicitation will be evaluated according to the following criteria and will be evaluated on the basis of any written materials submitted along with verification of previous references. Incomplete or misleading/incorrect information may result in disqualification of a submittal. After initial qualification, the highest scoring firm will be interviewed for reasonable cost negotiation and pricing considerations in relationship to fees and experience.<br /> <br />The following general criteria, in combination with the enclosed Score Card, will be used in evaluating the Qualifications Statements:<br /> <br />Capability to perform all or most of the services required for the project.<br />Recent experience with project comparable to the proposed project.<br />Reputation for personal and professional integrity and competence.<br />Professional background and caliber of key personnel.<br />Capability to meet schedules and deadlines.<br />Capability to complete projects without having major construction cost escalations or overruns.<br />Qualifications and experience of outside consultants regularly engaged by the Engineer under consideration.<br />Quality of projects previously undertaken.<br />Familiarity with the project location necessary to fully understand the physical limitations, constraints etc. associated with the project.<br /> Knowledge of FEMA HMA, FHWA, LADOTD, and Parish regulations, policies, and procedures. <br />The contract for this project will be awarded through a qualifications-based selection process. This process shall consist of evaluation of written Qualification Statements. All qualification statements will be reviewed by the Parish selection committee. After contract negotiations, the selected firm will be presented to the Parish President for authorization to enter into a contract for this project.<br /> <br />SCORE CARD<br /> <br />Weighted Points<br />Firm/Team Qualifications and Experience<br />Firm shall be evaluated based on project specific experience and resources. Primary focus should be on the prime consultant’s experience; however, other team members must be considered.<br /> <br />0 – 30<br />Key Personnel Qualifications and Experience<br />Specific personnel experience with similar projects must be considered. While firm Principals are listed, they traditionally have little involvement in the design; emphasis should be placed on the project managers and project engineers.<br /> <br />0 – 30<br />Local Project Experience<br />Consideration must be given to the firm/team that can show experience with the Parish, local criteria, codes, policies, procedures, and standards to successfully facilitate project completion.<br /> <br />0 – 15<br />Proposal/Project Understanding<br />Firm RFQ should identify understanding of project scope, the past work experience for both the firm and the personnel should properly reflect project scope.<br /> <br />0 – 20<br />Current Workload and Project Awards<br />Number and size of projects currently under contract must be considered in relation to available staff.<br /> <br />0 – 5<br /> <br />Total Possible Points = 100<br /> <br />Request for Qualifications Package:<br />Interested parties are invited to secure a RFQ Package from the St. Bernard Parish Government, Department of Public Works, 1125 East St. Bernard Highway, Chalmette, Louisiana 70043 (504) 278-4314. Packages may be secured from the office between the hours of 8:00 a.m. to 4:30 p.m. Monday thru Friday (except legal holidays) or requested by e-mail at tdoskey@sbpg.net. Packages may be obtained from St. Bernard Parish Government Department of Public Works upon request.<br />Qualification Package may also be viewed and submitted online at www.centralauctionhouse.com.<br />Submittal Date and Time:<br />Sealed Request for Qualifications Packages will be received until the hour of 10:00 a.m. on Tuesday, April 1, 2025, in the St. Bernard Parish Government, Office of the Department of Public Works, located at 1125 East St. Bernard Highway, Chalmette, Louisiana.<br />To be a valid delivery, Sealed Qualifications Packages must be delivered electronic by Central Bidding or by hand to St. Bernard Parish Government, Department of Public Works, 1125 East St. Bernard Highway, Chalmette, Louisiana during normal business hours of 8:00 a.m. to 4:30 p.m. Monday through Friday on or before 10:00 a.m. on Tuesday, April 1, 2025.<br />Sealed Qualifications Packages delivered to any other St. Bernard Parish Government location or other room number prior to the receipt deadline will not be considered.<br />Additional Information:<br /> <br />Federal funded contract(s) are subject to Federal Procurement Requirements with certification required by the Byrd Anti-Lobbying Amendment. Firms must actively be registered on Sam.gov www.sam.gov. Firms must make positive efforts to use small and minority owned business and women business enterprises as required by 2 CFR 200.321. In addition, CDBG contract(s) must comply with CDBG compliance provisions for professional services.<br /> <br />Compliance with Section 404 of the Robert T. Stafford Disaster Relief and Emergency Assistance Act is required for HMGP funded projects. Compliance Provisions for CDBG Professional Services must be complied to related CDBG funding projects.<br /> <br />The Contractor agrees to abide by the requirements of the Title VI and Title VII of the Civil Rights Act of 1964, as amended by the Equal Opportunity Act of 1972, Federal Executive Order 11246 and 11375, the Federal Rehabilitation Act of 1973, as amended, the Vietnam Era Veteran's Readjustment Assistance Act of 1974, Title IX of the Education Amendments of 1972, the Age Act of 1975, and Contractor agrees to abide by the requirements of the Americans with Disabilities Act of 1990. Contractor agrees not to discriminate in its employment practices, and will render services under this contract without regard to race, color, religion, sex, national origin, veteran status, political affiliation, or disabilities. Any act of discrimination committed by Contractor, or failure to comply with these statutory obligations when applicable shall be grounds for termination of this agreement/contract.<br />The St. Bernard Parish Government is an Equal Opportunity Employer. St. Bernard Parish encourages all small and minority-owned firms, DBE, veteran, women’s business enterprises, and Section 3 businesses to apply. 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, etc.<br /> <br /> <br />/s/Hillary J. Nunez, Jr.<br />Hillary J. Nunez, Jr.<br />Director<br />Department of Public Works
https://www.centralauctionhouse.com/rfp6480219-rfq--engineering-services-emergency-backup-generators-dr-4611-0126-la.html
Request for Proposals - Professional Services for Sustainability Planning and Envision Verification for the Louisiana International Terminal - Re-Bid per RFP documents provided.
https://www.centralauctionhouse.com/rfp17340332-request-for-proposals--professional-services-for-sustainability-planning-and-envision-verification-for-the-louisiana-international-terminal--re-bid.html
VOUCHER # _______ PUBLISHED – LEGAL February 28, 2025 March 7, 2025 March 14, 2025 BIDS TO BE OPENED: April 8, 2025 THE ADVOCATE BATON ROUGE, LOUISIANA ADVERTISEMENT FOR BIDS Electronic bids for construction of the following project will be received by the City of Baton Rouge and Parish of East Baton Rouge for the Greater Baton Rouge Airport District until 2:00 p.m. on April 8, 2025, for the following: Title: Runway 13/31 Safety Area & RPZ Improvements - Phase II Demolition Location: Baton Rouge Metropolitan Airport, East Baton Rouge Parish, Louisiana. Type: Demolition Project Program Manager: Airport Management Group, LLC Project Engineer: Meyer Engineers, Ltd. Electronic bids and electronic bid bonds for the solicitation will be downloaded by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division. Electronic bids and electronic bid bonds must be submitted through www.CentralBidding.com prior to the bidding deadline. Beginning at 2:00 p.m. all electronic bids will be downloaded and read aloud in the 8th floor in Room 826, City Hall, 222 Saint Louis Street, Baton Rouge, Louisiana 70802 conference immediately thereafter. Bidders or their authorized representatives are invited to be present or via teleconference call-in information. Join by phone 1-408-418-9388 United States toll Access code: 263 373 080 (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 Copies of Contract Documents for review or for use in preparing bids may be obtained from Meyer Engineers, Ltd., 4937 Hearst Street, Suite 1B, Metairie, LA 70001 (504) 885-9892), Ltd., upon deposit of $50.00 (refundable) for a hard copy set and/or $25.00 (non-refundable) for an electronic set on USB Flash Drive. Deposits on the first set of documents furnished bona fide prime bidders will be refunded upon return of the documents in good condition no later than ten (10) days after receipt of bids. On other sets of documents furnished to prime bidders and on all sets furnished to subcontractors the full deposit will be refunded upon return of the documents in good condition no later than ten days after receipt of bids. Bids or amendments to bids received after time specified for bid openings shall not be considered for any cause whatsoever. Withdrawal of bids shall be in accordance with RS 38:2214. C. There will be a MANDATORY Pre-Bid Conference held on March 25, 2025 at 10:00 a.m. in the 1st floor conference room at the Baton Rouge Metropolitan Airport Terminal Building. Each bid must be accompanied by a certified check, cashier’s check, or bidder’s bond in an amount equal to five percent (5%) of bid and shall be made payable to the City of Baton Rouge. Runway 13/31 Safety Area & RPZ Improvements – I -3 Phase II Demolition May 20, 2020 Bidders should be aware that award of this contract is contingent upon receipt of a grant or grants from the Federal Aviation Administration (FAA) and the State of Louisiana Department of Transportation and Development - Office of Aviation, along with the securing of other required approvals. Project numbers will be assigned upon approval by the FAA. 1) 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. Baton Rouge Metropolitan Airport has established a Disadvantaged Business Enterprise (DBE) program in accordance with regulations of the U.S. Department of Transportation, 49 CFR Part 26. It is the policy of the Baton Rouge Metropolitan Airport to ensure that DBEs, as defined in 49 CFR Part 26, have an equal opportunity to receive and participate in DOT-assisted contracts. All Respondents or Proposers shall make good faith efforts, as defined in Appendix A of 49 CFR Part 26, to achieve a minimum DBE goal of 16% of the total value of the contract. Good faith efforts include meeting this DBE goal or providing documentation demonstrating that the Respondent or Proposer made sufficient good faith efforts in attempting to meet this goal. Only DBE firms certified by the Louisiana Unified Certification Program at the time of Qualification Statement or Proposal submittal will count toward this DBE goal. To be considered responsive, the Bidders must submit DBE Schedules A, B, C, and Letters of DBE Certification, as appropriate within three business days of bid or proposal date and time. 2) The proposed Contract is under and subject to Executive Order 11246 of September 24, 1965, and to the Equal Opportunity Clause. The Bidder’s (Proposer’s) attention is called to the “Equal Opportunity Clause” and the “Standard Federal Equal Employment Opportunity Construction Contract Specifications” set forth in the Project Manual. 3) The Bidder (Proposer) must supply all the information required by the bid or proposal forms. The Bidders will be required to submit a Certification of Nonsegregated Facilities, and to notify prospective Subcontractors of the requirements of such Certification as Notice to Subcontractors appears in the Project Manual. 4) 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. 5) For contracts for $50,000 or more, a Contractor having 50 or more employees, and his Subcontractors having 50 or more employees and who may be awarded a subcontract of $50,000 or more, will be required to maintain an affirmative action program within 120 days of the commencement of the contract. 6) Compliance Reports. Within 30 days after award of this contract, the Contractor shall file a compliance report (Standard Form 100) if: a) The Contractor has not submitted a complete compliance report within 12 months preceding the date of Award; and b) The Contractor is within the definition of “employer” in Paragraphs 2e (3) of the instructions included in Standard Form 100. The Contractor shall require the Subcontractor on all-tier subcontracts, irrespective of dollar amount, to file Standard Form 100 within 30 days after award of the subcontract if the above two conditions apply. Standard Form 100 will be furnished upon request. 7) Buy American Provision. The proposed Contract is subject to the Buy American Provision under Section 9129 of the Aviation Safety and Capacity Expansion Act of 1990. Details of such requirements are contained in the Project Manual. 8) All Contractors bidding on this work shall comply with all provisions of the State Licensing Law for Contractors, R.S. 37:2150-2163, as amended, for all public contracts. It shall also be the responsibility of the General Contractor to assure that all subcontractors comply with this law. If required for bidding, Contractors must hold an active license issued by the State of Louisiana Licensing Board for Contractors in the classification of Building Construction and must show their license number on the face of the bid envelope. Runway 13/31 Safety Area & RPZ Improvements – I -4 Phase II Demolition May 20, 2020
https://www.centralauctionhouse.com/rfp51557631-runway-1331-safety-area-rpz-improvements--phase-ii-demolition-ae-project-no-20-1801d.html
<div style="text-align: center;">CONSTRUCTION BID NOTICE</div> <br />The Beauregard Parish School Board will take sealed bids for South Beauregard Elementary School, Classroom Building Addition #2 located at 12380 Highway 171, Longville, Louisiana. Bids should be turned in at the Beauregard Parish School Board Office by 2:00 p.m., on Tuesday, March 25, 2025. <br /> <br />Bid information and specifications may be obtained from Champeaux, Evans, Hotard Architects, 702 Dr. Michael Debakey Drive, Lake Charles, LA 70601 or (337) 439-8871 in representation of the Beauregard Parish School Board. Bidding documents are available at the Architect’s website, www.champeaux.biz, free of charge to download.<br /> <br />A Non-Mandatory Pre-Bid Conference is scheduled for Wednesday, March 12, 2025 at 10:30 a.m. at South Beauregard Elementary School located at 12380 Highway 171, Longville, Louisiana. Please check in at the main office.<br /> <br />Return sealed bid to the Beauregard Parish School Board, P. O. Box 938, DeRidder, LA 70634 by certified mail, return receipt or hand deliver to Kelli Stanard, Purchasing Agent, at Beauregard Parish School Board located at 202 W 3rd Street, DeRidder, LA by two (2:00) o'clock p.m., Tuesday, March 25, 2025.<br /> <br />Mark bid envelope: "SEALED BID - "South Beauregard Elementary School, Classroom Building Addition #2".<br /> <br />In compliance with La. Act 590, electronic bid submittal procedures have been established for this Project, and are available online at https://www.centralbidding.com/.<br /> <br />The Board reserves the right to reject any and all quotes and to waive informalities.
https://www.centralauctionhouse.com/rfp87474178-south-beauregard-elementary-school-classroom-building-addition-2.html
It is the intent of the City of Alexandria to secure pricing on CHLORINATION & DECHLORINATION EQUIPMENT, which includes a vacuum regulator with meter assembly, gas detectors, water quality monitors/residual analyzer instrument, actuator, refrigerated sampler and scales for use by the City of Alexandria Wastewater Department.
https://www.centralauctionhouse.com/rfp79213755-bid-2518-chlorination-dechlorination-equipment.html
It is the intent of the City of Alexandria to secure pricing on Wastewater Treatment Operating Chemicals, for use by the City of Alexandria Wastewater Department.
https://www.centralauctionhouse.com/rfp22544079-bid-2517-operating-chemicals-wastewater-department.html
See Attachments for Bid Documents.
https://www.centralauctionhouse.com/rfp46274553-25-25-central-elementary-restroom-renovations-and-canopy-improvements.html
See Attachments for Bid documents
https://www.centralauctionhouse.com/rfp42058571-17-25-wohs-football-stadium-renovations-and-improvements.html
The project scope of work is to include the construction of a 24-foot wide x 80-foot long 4-span cast-in-place concrete bridge on Lod Stafford Road over Colyell Creek in Livingston Parish. The new bridge will be constructed on a new alignment that will allow the existing bridge and roadway to to be used as a laydown area during construction. The existing temporary bridge and roadway approaches will be removed by the temporary bridge contractor prior to beginning construction. The new bridge and roadway approaches are to be constructed, the traffic is to be shifted to the new bridge and roadway, and the existing bridge and roadway is to be demolished. The construction will also include asphalt concrete pavement, class II crushed stone base course, drainage ditches, drainage pipe, and driveway reconstruction. <br /> <br />Sealed bids will be received by Livingston Parish Government (herein referred to as “Owner” for the construction of the project described as follows:<br /> <div style="text-align: center;">PROJECT NAME:<br /><b>LOD STAFFORD ROAD BRIDGE OVER COLYELL CREEK<br /> FEMA PROJECT NO. 4611-DR-LA, PROJECT #1040<br />LOHSEP PROJECT NO. LPR NO. 22-419</b><br /> </div>The Bidding Documents shall be addressed to Livingston Parish Government and delivered to Livingston Parish Government located at 20399 Government Blvd, Livingston, LA 70754 not later than 2:00 p.m., on the1st day of April 2025 at which time the bids will be publicly opened and real aloud. Bids must be submitted on the proper bid form. Each bid shall be enclosed in a sealed envelope showing the name, address, and license number of the bidder. Any bid received after the specified time and date will not be considered. Minority owned firms, small businesses, and/or Section 3 businesses are encouraged to participate.<br /><br />The Bidding Documents (including construction drawings and specifications) may be examined at the office of the engineer, Forte and Tablada, Inc. located at 1234 Del Este Avenue, Suite 601 Denham Springs, LA 70726.<br /><br />Copies of the bidding documents may be obtained at https://www.centralauctionhouse.com/ or at the engineer’s office located at 1234 Del Este Avenue, Suite 601 Denham Springs, LA 70726 upon deposit of $200 for each complete set. Plans and specifications will be available until twenty-four (24) hours before the bid opening. In accordance with Louisiana R.S. 38:2212, deposits on the first set of documents furnished to bona fide prime bidders will be fully refunded upon return of the documents no later than ten (10) days after receipt of bids. <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). The Owner reserves the right to reject any and all bids for just cause. Such actions shall be in accordance the Louisiana R.S. 38:2214.<div style="text-align: center;"><b>A NON-MANDATORY PRE-BID CONFERENCE WILL BE HELD</b><br />at 2:00 PM on March 12, 2025 at Livingston Parish Government, 20399 Government Boulevard, Livingston, LA 70754</div><br />The Owner requires that each bidder attach to his bid a certified check, cashier’s check, or bid bond equivalent to 5% of the total bid as evidence of good faith of the bidder. Sureties used for obtaining bonds must appear as acceptable on the U.S. Department of the Treasury Circular 570.<br /><br />No bidder may withdraw his bid within forty-five (45) days after the actual date of the opening thereof except as provided by law.<br /><br />Any person with disabilities requiring special accommodations must contact Livingston Parish no later than seven (7) days prior to the bid opening.<br />Electronic Bid documents may be submitted by Contractors to Livingston Parish Government by submitting their bid along with their bid security to https://www.centralauctionhouse.com/.<br /> <br />Run Dates: February 27th, March 6th, March 13th
https://www.centralauctionhouse.com/rfp51594590-lod-stafford-road-bridge-over-colyell-creek.html
REQUEST FOR QUALIFICATIONS<br />Construction Management at Risk (CMAR) Contractor for<br />St. Charles Parish<br />Hahnville Branch Library Construction Project<br /> <br />Notice is hereby given that St. Charles Parish (SCP) is requesting statements of qualifications for a Construction Management at Risk (CMAR) contractor to perform pre-construction services for the Hahnville Branch Library Construction Project. A<b>ll Request for Qualifications (RFQ) documents will be available on SCP’s website at https://www.stcharlesparish.gov/government/component-pages/bids-and-proposals, as well as Central Bidding’s website, on Thursday, February 27th, 2025.</b><br /> <br /><b>Proposals must be submitted in writing, no later than 2:00 PM (CDT), on Tuesday, April 1st 2025, to be considered.</b> Respondents shall follow the instructions given in this Request for Qualifications (RFQ) in order to respond with a valid proposal for evaluation by St. Charles Parish Library Evaluation Committee. <b>Proposals will only be accepted via hand delivery at the St. Charles Parish Library East Regional Library at 160 West Campus Drive, Destrehan LA 70047. No proposal will be accepted electronically.</b><br /> <br /><b>All inquiries shall be directed to the Grace Hebert Curtis Architect at Jaubert@ghc-arch.com, with a copy to Ms. Leann Benedict, Director of St. Charles Parish Library Leann.Benedict@myscpl.org by Monday, March 24, 2025 at 2:00PM (CDT). Addenda to this RFQ will be issued via SCP’s website and Central Bidding by Thursday, March 27, at 2:00PM (CDT). </b>All forms required will be posted on SCP’s website at https://www.stcharlesparish.gov/government/component-pages/bids-and-proposals.<br /> <br />Pre-Proposal Meeting<br /> <br /><b>A Pre- Proposal Meeting will be held at 10:00 AM Thursday, March 20, 2025 at St. Charles Parish Library West Regional Library at 105 Lakewood Drive, Luling LA 70070 and will be followed by an optional visit to the site at 15090 River Road, Hahnville LA 70057. Attendance at this Pre – Proposal Meeting is Mandatory.</b><br /> <br />Advertisement Source and Dates:<br /> <br />St. Charles Herald Guide<br />St. Charles Parish Website<br />Central Auction House<br /> <br />Thursday, February 27, 2025<br />Thursday, March 06, 2025<br />Thursday, March 13, 2025
https://www.centralauctionhouse.com/rfp58202931-construction-management-at-risk-cmar-for-hahnville-branch-library.html
<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
The proposed project consists of the conversion of an existing open channel ditch to a subsurface drainage system. The subsurface drainage system will consist of concrete catch basins and reinforced concrete pipes. The project will require drainage work, grading, and sidewalk work. Alternate 1 will require base and asphalt work in addition to drainage and grading work.<br /><br />March 14, 2025 at 11:00 a.m. -Pre-Bid Conference -Potential Bidders- Attendance is highly recommended.
https://www.centralauctionhouse.com/rfp3459638-advertisement-for-aps-ditch-enclosure-.html
ADV-1<br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00147200<br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., April 03, 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 />Stumpf Blvd. Roadway Lighting Improvements<br />(Whitney Ave. to Holmes Blvd.)<br />Project No. 2020-007-SL<br />Purchases for this project shall be exempt from state sales and use tax according to La. R.S. 47:301(8)(c)(i). The successful bidder shall be granted the tax-exempt status of Jefferson Parish via Form R-1020, Designation of Construction Contractor as Agent of a Governmental Entity Sales Tax Exemption Certificate. Form R-1020 is distributed by the Louisiana Department of Revenue.<br />All bids must be in accordance with the contract documents on file with the Jefferson Parish Purchasing Department, Suite 4400, Jefferson Parish General Government Building, at 200 Derbigny Street, Gretna, Louisiana. Late bids will not be accepted.<br />Each Bid must be accompanied by an electronic bid surety bond in the amount equal to five percent (5%) of the total amount bid, and payable without condition to the owner. Vendors must submit an electronic bid bond through the respective online clearinghouse bond management system(s) as indicated in the electronic bid solicitation on Central Auction House. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission.<br />The drawings and specifications are on file and open for inspection in the Jefferson Parish Purchasing Department, Suite 4400, Jefferson Parish General Government Building, at 200 Derbigny Street, Gretna, Louisiana. A complete set of Contract Documents may be secured from Perrin and Carter, Inc., 2811 B Toulouse Street, New Orleans, LA. 70119, Phone: 504-831-7958, by licensed contractors upon receipt of $150.00 per set. Deposit on the first set of documents furnished bona fide prime bidders will be fully refunded upon return of documents in good condition no later than ten (10) days after receipts of bids.<br />The successful bidder will be required to furnish a performance bond guaranteeing faithful performance of the contract. Companies providing the bonds shall comply with the requirements of LA-R.S. 38:2218 and R.S. 38:2219 as applicable.<br />The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the<br />ADV-2<br />involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br />All prospective bidders are invited to attend the non-mandatory pre-bid conference which will be held at 10:00AM on March 13, 2025 at Jefferson Parish 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 />Renny Simno<br />Director<br />Purchasing Department<br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br />ADV: The New Orleans Advocate: February 26, March 05 and 12, 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/rfp93824705-5000147200-stumpf-blvd-roadway-lighting-improvements-whitney-ave-to-holmes-blvd.html
The proposed project consists of extending existing asphaltic concrete parking areas and constructing new asphaltic parking areas in an undeveloped grass area. <br /><br />Pre-Bid Conference March 14, 2025 at 10:00 a.m. - Potential bidders attendance highly recommended
https://www.centralauctionhouse.com/rfp39412039-advertisement-for-airport-parking-lot-expansion-.html
<br /> <br />ADVERTISEMENT FOR BIDS<br />BID NO. 50-00147302<br /> <br /> <br />Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., April 3, 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 Eastbank Concrete Street Maintenance for the Jefferson Parish Department of Public Works – Streets and all Jefferson Parish Agencies and Municipalities<br /> <br />Purchases for this project shall be exempt from state sales and use tax according to La. R.S. 47:301(8)(c)(i). The successful bidder shall be granted the tax-exempt status of Jefferson Parish via Form R-1020, Designation of Construction Contractor as Agent of a Governmental Entity Sales Tax Exemption Certificate. Form R-1020 is distributed by the Louisiana Department of Revenue.<br /> <br /> <br />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 />All prospective bidders are invited to attend this non-mandatory pre-bid conference which will be held at 10:00 AM on March 14, 2025 at 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 26, March 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.
https://www.centralauctionhouse.com/rfp67434703-5000147302-two-2-year-contract-for-eastbank-concrete-street-maintenance-for-the-jefferson-parish-department-of-public-works--streets-and-all-jefferson-parish-agencies-and-municipalities.html
NOTICE OF BID<br /> <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 centralbidding.com until 2:00 P.M., CST on March 27, 2025 at which time they will be publicly opened and read aloud for:<br /> <br /> Bid# 24-002.1- Campus Renovation for Ferriday High School<br /> <br />Bid documents are being made available via electronic copy. Plan holders are required to register for an account at www.m3aarchplans.com 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 /> <br />Mc3lroy Architecture PLLC/William L. McElroy AIA, NCARB<br />601-981-1227(P) / 601-983-4444(F) pmckay@m3aarch.com(email)<br />Attn: Preston McKay – Project Manager<br /> <br />All Contractors who intend to submit a BID are required to attend the mandatory pre-bid conference scheduled for 11:00 AM on March 18, 2025 at Ferriday High School, 801 EE Wallace Blvd, Ferriday, Louisiana.<br /> <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 /> <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.<br /> <br /> <br /> <br />Contractors have the option of submitting bids electronically at centralbidding.com in lieu of sealed bids.<br /> <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 /> <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 /> <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 /> <br /> Concordia Parish School Board M3A Architecture, PLLC<br /> Thomas H. O’Neal, Director Business Preston McKay, Project Manager<br /> <br />
https://www.centralauctionhouse.com/rfp55470545-campus-renovation-for-ferriday-high-school.html
REQUEST FOR PROPOSAL<br />RFP 0500<br />Jefferson Parish Department of Purchasing is soliciting Request for Proposals (RFPs) from qualified firms to provide Drop-Off Program for Collection, Processing and Marketing of Household Recyclables for the Jefferson Parish Department of Environmental Affairs.<br />Proposals to Provide Collection of Household Recyclable Materials at the Parish-Owned Eastbank and Westbank Trash Drop-off Sites, Available to Residents of Unincorporated Jefferson Parish and the Town of Jean Lafitte. The Program Shall be Administered by the Department of Environmental Affairs.<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 />PRE–Proposal Conference: Location: General Government Building Purchasing Department located at 200 Derbigny Street, Suite 4400, Gretna, LA 70053 March 13, 2025 at 10:00 am. Prospective proposers may participate in the conference to obtain clarification of the requirements of the RFP and to receive answers to relevant questions thereto. Any proposer intending to submit a proposal is encouraged to attend and should have at least one authorized representative attend the Pre-proposal Conference.<br />RFP specifications may be obtained by visiting the Jefferson Parish Purchasing Department webpage at http://purchasing.jeffparish.net and selecting the LaPAC Tab. RFPs may also be viewed and submitted online free of charge at: www.jeffparishbids.net or www.centralbidding.com.<br />Submissions will only be accepted electronically via the Parish’s e-Procurement system, Central Bidding. Responses will be received until 3:30 P.M. on April 10, 2025. Jefferson Parish no longer accepts manual submissions. All vendors will be required to register with Central Bidding.<br />The Jefferson Parish Council reserves the right to accept or reject any and all proposals, in whole or part, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.<br />Renny Simno<br />Director Purchasing Department<br />Misty A. Camardelle<br />Assistant Director<br />Purchasing Department<br />ADV: The New Orleans Advocate: February 26, 2025, March 5 and 12, 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/rfp82678926-rfp-0500-provide-drop-off-program-for-collection-processing-and-marketing-of-household-recyclables-for-the-jefferson-parish-department-of-environmental-affairs.html
ADVERTISEMENT FOR BIDS<br />PROJECT IDENTIFICATIONSealed bids are requested by the St. John the Baptist Parish Sheriff’s Office from general contractors for construction of:<br />LLOYD B. JOHNSON LAW ENFORCEMENT<br />TRAINING CENTER SJPSO RENOVATIONS<br />Bids will be received at the Lloyd B. Johnson Law Enforcement Training Center, 947 Cambridge Drive, LaPlace, LA 70068 at 2:00 P.M., LOCAL TIME, MARCH 27, 2025 at which time the bids will be publicly opened and read aloud.<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: planroom@cityblueprint.com<br />All other questions regarding the scope of work of the project should be directed to the Project Architect in writing via email only: tabb@murrayarchitects.net.<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. John the Baptist 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, 947 Cambridge Drive, LaPlace, LA 70068 on March 18, 2025 at 10:00 a.m. Attendance at this pre-bid conference is MANDATORY.<br />ADVERTISEMENT DATES <br /> LEGAL AD TO RUN: <br />February 26, 2025<br />March 5, 2025<br />March 12, 20<br /> <br /> <br />St. John the Baptist Parish Sheriff’s Office<br /> Sheriff Mike Tregre<br />1801 W. Airline Highway<br />LaPlace, LA 70068
https://www.centralauctionhouse.com/rfp20560328-training-center-sjpso-renovations.html
It is the intent of the City of Alexandria to secure pricing on ELECTRIC METERS & ACCESSORIES – TWELVE (12) MONTH PERIOD for use by the City of Alexandria. Said material to be inventoried by the Central Warehouse Department and issued on an “as needed” basis. Quoted prices shall remain firm for a period of twelve (12) months from bid award date. Quantities given are estimates and not guaranteed. <br />
https://www.centralauctionhouse.com/rfp9999900-bid-2510-electric-meters-accessories.html
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
Non- Hazardous Waste Bid
https://www.centralauctionhouse.com/rfp22258181-non-hazardous-waste.html
Supply Bid
https://www.centralauctionhouse.com/rfp79139685-supply-bid.html
Milk Bid
https://www.centralauctionhouse.com/rfp94323314-milk-bid.html
Bread Bid
https://www.centralauctionhouse.com/rfp20574648-bread-bid.html
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 April 1, 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/rfp97675273-ponchatoula-jr-high-gym-hvac.html
ADVERTISEMENT FOR BIDS<br /><br />Sealed Bids will be received until 2:00 p.m., March 28, 2025 at Jean Lafitte Multi-Purpose Center (Temporary Town Hall), located at 4917 City Park Drive, Lafitte, LA 70067 and publicly opened upon completion of administrative tasks for the following: <br /><br />Quinten Couevas Ball Field<br />Baseball Field Repairs<br />4917 City Park St.<br />Jean Lafitte, Louisiana 70067<br /><br />Bids shall be addressed to the Town of Jean Lafitte and delivered to the Jean Lafitte Multi-Purpose Center (Temporary Town Hall) located at 4917 City Park Drive, Lafitte, LA 70067 not later than 2 p.m., on March 28, 2025. Sealed bids to be marked “Sealed Bid –Quinten Couevas Ball Field Baseball Field Repairs.” 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. 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 p.m. on March 28, 2025, at the aforementioned location <br /><br />All bids must be in accordance with the contract documents on file with the Town of Jean Lafitte, 2654 Jean Lafitte Blvd, Lafitte, Louisiana 70067. Late bids will not be accepted.<br /><br />Each Bid must be accompanied by certified check, cashier’s check, or bid bond acceptable to the owner in the amount equal to five percent (5%) of the total amount bid, including all alternates, and payable without condition to the owner as a guarantee that the bidder, if awarded the contract, will promptly execute a contract in accordance with his proposal and all terms and conditions of the contract documents.<br /><br />A complete set of Contract Documents may be secured electronically online from: centralauctionhouse.com or 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 for hard copy set and/or a non-refundable fee of $25.00 for an electronic set on USB flash drive. 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 />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 />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 Town of Jean Lafitte reserves the right to reject all bids, waive informalities and to reject non-conforming, non-responsive, un-balanced, or conditional bids, pursuant to the law.<br /><br />A Pre-Bid Conference will be held on March 14, 2025 at 2:00 p.m. – 3:00 p.m. at Jean Lafitte Multi-purpose Center (Temporary Town Hall), Lafitte, Louisiana 70067. All interested parties are strongly encouraged to attend. 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.
https://www.centralauctionhouse.com/rfp99647865-town-of-jean-lafitte--quinten-couevas-ball-field-repairs.html
SECTION A<br />INVITATION TO BIDDERS<br /> <br />Sealed bids will be received by the Terrebonne Levee & Conservation District at their office located at 220 Clendenning Rd., Houma, LA 70363 until 2:00 P.M. on Tuesday, April 1, 2025. At 2:00 P.M., bids will be publicly opened and read aloud at their office.<br /> <br />Bidders will have the option to submit their Bids electronically or by paper copy. Electronic Bids are accepted at Central Bidding. Central Bidding can be accessed at www.centralbidding.com. For questions related to the electronic bidding process or obtaining the Bidding / Contract Documents & Specifications electronically, please call Central Bidding at 225-810-4814.<br /> <br />Each Bid shall be either hand delivered by the bidder or his agent, or such Bid shall be sent by United States Postal Service or another express carrier or delivery service or shall be submitted electronically. Bids shall not be accepted or taken, including receiving any hand delivered bids, on days which are recognized as holidays by the United States Postal Service. Bids received prior to the time of the scheduled bid opening will be securely kept unopened. No Bid received after the scheduled time for opening will be considered. Failure of the U.S. Mail or of any express carrier or delivery service to deliver the Bid prior to the date and time of the above stated Bid Opening shall not be considered due cause for the scheduled time of the Bid Opening to be extended.<br /> <br />Reach H2/H3 Levee Improvements Lift to EL. +15’<br />Project consists of:<br /> <br />Furnish and install hauled-in earthen embankment.<br />Shape and grade levee to sections H3 as detailed on the plans.<br />Install access platform using OWNER supplied Flexifloat system.<br />Fertilizing and Seeding H3 Levee.<br />Remove existing floodgate tie-in abutment scour protection and re-install/furnish new riprap at levee abutments of Bush Canal Floodgate, Placid Canal Floodgate.<br />Alt 1 - Furnish and install hauled-in earthen embankment for the H2 levee section.<br />Alt 1 – Remove existing floodgate tie-in protection and re-install/furnish new riprap at levee abutments of Placid canal floodgate and Bayou Petit Caillou Floodgate. <br />Alt 1 – Fertilizing and Seeding H2 Levee. <br />Bids must be submitted on the Louisiana Uniform Public Work Bid Form furnished with the Contract Documents. Bid sheets will be issued only to Contractors and/or Subcontractors licensed in accordance with the provisions of LA R.S. 37:2150 through 2173 of the Louisiana Legislature. Contractors desiring to bid shall submit their Louisiana Contractor’s License Numbers as evidence that they hold a license of the proper classification that is in full force and effect.<br /> <br />Contract Documents are on file in the office of GIS Engineering, LLC, hereinafter referred to as ENGINEER, located at 197 Elysian Drive, Houma, Louisiana 70363 or by contacting Ann Schouest at (985) 219-1000 or bidquestions@gisy.com.<br /> <br />In accordance with Louisiana Public Bid Law, prime Bidders shall be charged a deposit of $150.00 for one (1) set of Contract Documents, and upon return of the complete Contract Documents in good condition within 10 days from receipt of Bids, shall be refunded the full deposit. <br /> <br />A Non-Mandatory Pre-Bid Conference will be held on Wednesday March 12, 2025 at 2:00 P.M. at the office of GIS Engineering, LLC located at 197 Elysian Drive, Houma, LA 70363.<br /> <br />Bidders are required to comply with La. R.S. 38:2212.B.(5), as may be amended (further described in the Instructions to Bidders). Failure to include a copy of the appropriate signature authorization, if required, shall result in the rejection of the bid as non-responsive.<br /> <br />All Bids shall be accompanied by a Certified Check, Cashier's Check or Bid Bond in the amount of five (5%) percent of the amount of the Bid made payable to the Terrebonne Levee & Conservation District. Failure to do so will result in the Bid/Bids being declared nonresponsive and shall be cause for rejection.<br /> <br />A Bid will be considered responsive if it conforms in all respects with the conditions and requirements of the Contract Documents. In order to be considered responsive, the Louisiana Uniform Public Works Bid Form must; (a) be fully completed and signed and be responsive in all respects to the Contract Documents; (b) be made on the Bid Forms provided. The Terrebonne Levee & Conservation District reserves the right to reject any and all bids in accordance with State Bid Law.<br /> <br />The Bidder must be a properly licensed CONTRACTOR under the provision of Chapter 24 of Title 37, Louisiana Revised Statutes, together with any other applicable laws. Work Classification: TYPE II – HIGHWAY, STREET, AND BRIDGE CONSTRUCTION.<br /> <br />Attention of Bidders is called particularly to the requirements for conditions of employment to be observed (including but not limited to the Contract Work Hours and Safety Standards Act - 40 U.S.C.<br />§§ 3701-3708). Attention of Bidders is also called to Section 3 of the Housing and Urban Development Act of 1968, Section 109 (Non-Discrimination) of the Housing and Community Development Act of 1974, Section 503 (Non- Discrimination Against Employees with Disabilities) of Rehabilitation Act of 1973, Segregated Facilities, Executive Order 11246, insurance and bonding requirements of the contract documents, and all applicable laws and regulations of Federal government and State of Louisiana.<br /> <br />Any person with disabilities requiring special accommodations must contact the OWNER no later than seven (7) days prior to bid opening.<br /> <br />Successful Bidder must register with the Terrebonne Parish Sales and Use Tax Department for use tax purposes.<br /> <br />/s/ ANGELA HIDALGO <br />ANGELA HIDALGO, EXECUTIVE DIRECTOR TERREBONNE LEVEE & CONSERVATION DISTRICT<br /> <br />
https://www.centralauctionhouse.com/rfp42098350-reach-h2h3-levee-improvements-to-lift-el-15.html
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 (contracts@mccno.com).<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
See Attachments
https://www.centralauctionhouse.com/rfp98884292-22-25--property-sale-old-sterlington-middle-school.html
See Attachments
https://www.centralauctionhouse.com/rfp34282132-16-25-property-sale--old-myles-property.html
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
<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), <b><span data-contrast="auto" xml:lang="EN-US">Thursday</span>, March 27<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</b><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
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.<br /><br />Please note the bid opening date has been changed to April 3 as per Addendum No. 1.
https://www.centralauctionhouse.com/rfp3186192-loranger-high-girls-locker-room-renovation.html
<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
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 />cjanes@LafayetteLA.gov.<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 />cjanes@lafayettela.gov.<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 (cjanes@lafayettela.gov).<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
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 kcapdepon@bha-engineers.com and cjordan@bha-engineers.com 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 medwards@bha-engineers.com 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
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 studio@msh-architects.com 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
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 purchasing@cityofmandeville.com. 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 purchasing@cityofmandeville.com.<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
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/rfp31599731-woodland-park-phase-2-six-classroom-addition-with-library.html
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
<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
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 hkestler@lafayettela.gov.<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 hkestler@lafayettela.gov.<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
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
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
<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 mabroussard@lafayettela.gov. 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 mabroussard@lafayettela.gov<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
<br />**ADDENDUM NO. 2 ISSUED 2.26.25**<br />**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 />4010RiverCtrExpansion@brla.gov.<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
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
<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
<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
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
Advertisement for Demonstration
https://www.centralauctionhouse.com/rfp28314654-sample-electronic-bid--bid-period-open-for-addenda-demonstration.html
Agency |
Title |
Date published |
Bid opening date |
Ascension Parish Government |
Ascension Parish Fire Protection District #1 Remodel
|
03-Apr-2025 12:00:00 AM CDT |
01-May-2025 3:00:00 PM CDT |
Ascension Parish Government |
New River Stormwater Pump Station
|
03-Apr-2025 12:00:00 AM CDT |
01-May-2025 3:00:00 PM CDT |
Iberville Parish School Board |
2510M02- Plaquemine High School Kitchen Renovation
|
03-Apr-2025 12:00:00 AM CDT |
06-May-2025 2:00:00 PM CDT |
City of New Iberia |
One Block at a Time - Sheet Metal Roof Replacements
|
02-Apr-2025 5:00:00 AM CDT |
30-Apr-2025 2:15:00 PM CDT |
City of New Iberia |
One Block at a Time - Asphalt Shingle Roof Replacements
|
02-Apr-2025 5:00:00 AM CDT |
30-Apr-2025 2:00:00 PM CDT |
Iberia Parish School Board |
New Anderson Middle School - Bid No. 1158
|
02-Apr-2025 12:00:00 AM CDT |
30-Apr-2025 5:30:00 PM CDT |
City of Covington |
DOWNTOWN DRAINAGE IMPROVEMENTS
|
02-Apr-2025 12:00:00 AM CDT |
02-May-2025 2:00:00 PM CDT |
Terrebonne Levee and Conservation District |
Annual Articulated Concrete Block Mattress Materials Bid 2025
|
01-Apr-2025 12:00:00 AM CDT |
22-Apr-2025 10:00:00 AM CDT |
EBR Sheriff's Office |
BID #1096 BUNK HOUSE
|
31-Mar-2025 10:00:00 AM CDT |
30-Apr-2025 10:00:00 AM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
A25-20080 EMS TACTICAL UNIFORMS
|
31-Mar-2025 3:00:00 AM CDT |
17-Apr-2025 11:00:00 AM CDT |
Calcasieu Parish School System |
Bid#2026-LARGE EQUIPMENT CPSB
|
28-Mar-2025 11:00:00 AM CDT |
14-Apr-2025 12:00:00 AM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
A25-0502 Blueprint Services & Supplies
|
28-Mar-2025 11:00:00 AM CDT |
16-Apr-2025 11:00:00 AM CDT |
City of Alexandria |
Bid #2522 Ready Mix Concrete
|
28-Mar-2025 12:00:00 AM CDT |
06-May-2025 10:00:00 AM CDT |
City of Alexandria |
Bid #2523 Herbicides
|
28-Mar-2025 12:00:00 AM CDT |
06-May-2025 10:00:00 AM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
A25-0617 ALUMINUM SIGN BLANKS GROUPS 1-11 & 14
|
28-Mar-2025 12:00:00 AM CDT |
14-Apr-2025 11:00:00 AM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
A25-0712 OEM SRP & MAS FOR BUSH HOG ROTARY MOTORS
|
27-Mar-2025 11:00:00 AM CDT |
15-Apr-2025 11:00:00 AM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
A25-0730 OEM SRP & MAS for Harley Davidson Motorcycles
|
27-Mar-2025 11:00:00 AM CDT |
15-Apr-2025 11:00:00 AM CDT |
Pointe Coupee Parish School Board |
PCPSB STEM Academy Chiller Replacement (Project No. 25005)
|
27-Mar-2025 10:00:00 AM CDT |
23-Apr-2025 10:00:00 AM CDT |
Livingston Parish Government |
Livingston Parish - Request for Proposals for Environmental Consulting Services
|
27-Mar-2025 12:00:00 AM CDT |
22-Apr-2025 3:00:00 PM CDT |
St. Charles Parish Public Schools |
Request for Proposals Debris Monitoring Services
|
27-Mar-2025 12:00:00 AM CDT |
22-Apr-2025 10:30:00 AM CDT |
St. Charles Parish Government |
P230803 Deputy Jeff G. Watson Dr. Roadway Extension
|
27-Mar-2025 12:00:00 AM CDT |
29-Apr-2025 10:00:00 AM CDT |
Ascension Parish Sheriff's Office |
INVITATION TO BID – Used Desktops/Laptops The Ascension Parish Sheriff's Office
|
27-Mar-2025 12:00:00 AM CDT |
17-Apr-2025 10:00:00 AM CDT |
Ascension Parish Sheriff's Office |
PUBLIC NOTICE INVITATION TO BID – USED PRINTERS, TONER, AND IMAGE DRUMS The Ascension Parish Sheriff’s Office
|
27-Mar-2025 12:00:00 AM CDT |
17-Apr-2025 10:00:00 AM CDT |
Livingston Parish Public Schools |
SOUTH FORK JUNIOR HIGH SCHOOL LA HIGHWAY 447: LEFT AND RIGHT TURN LANE
|
27-Mar-2025 12:00:00 AM CDT |
24-Apr-2025 2:00:00 PM CDT |
Jefferson Parish Government |
5000147482 PROVIDE CALIBRATION SERVICES, PARTS AND WARRANTY FOR LOOP TESTERS FOR JEFFERSON PARISH DEPARTMENT OF ENGINEERING
|
26-Mar-2025 5:00:00 PM CDT |
31-Mar-2025 11:00:00 AM CDT |
Tangipahoa Parish Government |
REQUEST FOR PROPOSALS FOR DISASTER DEBRIS MONITORING
|
26-Mar-2025 4:45:00 PM CDT |
17-Apr-2025 4:00:00 PM CDT |
Jefferson Parish Government |
5000147603 PURCHASE OF AUTO LEVEL WITH CASE FOR JEFFERSON PARISH DEPARTMENT OF ENGINEERING
|
26-Mar-2025 4:20:00 PM CDT |
02-Apr-2025 11:00:00 AM CDT |
Jefferson Parish Government |
5000147609 PURCHASE OF FILTERS FOR JEFFERSON PARISH DEPARTMENT OF DRAINAGE
|
26-Mar-2025 4:15:00 PM CDT |
02-Apr-2025 11:00:00 AM CDT |
Jefferson Parish Government |
5000147594 PURCHASE OF CONCRETE DRILL FOR JEFFERSON PARISH DEPARTMENT OF STREETS
|
26-Mar-2025 4:15:00 PM CDT |
31-Mar-2025 11:00:00 AM CDT |
Jefferson Parish Government |
5000147474 Eastbank Regional Library Makerspace Renovation
|
26-Mar-2025 2:00:00 PM CDT |
29-Apr-2025 2:00:00 PM CDT |
Jefferson Parish Government |
5000147503 TWO (2) YEAR CONTRACT FOR CUSTOM DIE CAST CHEERLEADING AWARD MEDALS FOR JEFFERSON PARISH DEPARTMENT OF PARKS AND RECREATION
|
26-Mar-2025 2:00:00 PM CDT |
31-Mar-2025 11:00:00 AM CDT |
Jefferson Parish Government |
5000147546 LABOR, MATERIALS, AND EQUIPMENT NEEDED TO INSPECT, BAIT, TREAT, AND REMOVE TERMITES AT THE HOPE HAVEN BUILDING
|
26-Mar-2025 12:24:00 PM CDT |
31-Mar-2025 11:00:00 AM CDT |
Jefferson Parish Government |
5000147352 PURCHASE OF PORTABLE AIR COMPRESSOR AND RELATED ITEMS FOR JEFFERSON PARISH DEPARTMENT OF STREETS
|
26-Mar-2025 12:00:00 PM CDT |
31-Mar-2025 11:00:00 AM CDT |
Lafayette Parish School System |
Bid# 37-25 - Printing & Binding of K-12 Instructional Materials
|
26-Mar-2025 12:00:00 PM CDT |
10-Apr-2025 11:00:00 AM CDT |
St. Tammany Parish School Board |
REMOVAL & DISPOSAL OF HAZARDOUS & NON-HAZARDOUS MATERIALS (2nd BID REQUEST) FROM VARIOUS SCHOOLS/SITES
|
26-Mar-2025 11:00:00 AM CDT |
14-Apr-2025 3:00:00 PM CDT |
City of Slidell |
26-B004 Asphalt
|
26-Mar-2025 10:00:00 AM CDT |
26-Apr-2025 10:00:00 AM CDT |
City of Slidell |
26-B003 Sand & Gravel
|
26-Mar-2025 10:00:00 AM CDT |
23-Apr-2025 10:00:00 AM CDT |
City of Slidell |
26-B002 Concrete
|
26-Mar-2025 10:00:00 AM CDT |
23-Apr-2025 10:00:00 AM CDT |
City of Slidell |
26-B001 Chlorine
|
26-Mar-2025 10:00:00 AM CDT |
23-Apr-2025 10:00:00 AM CDT |
Jefferson Parish Government |
5000147257 - Two (2) Year Contract for Vehicle Body and Fender Repairs for Jefferson Parish Department of Fleet Management
|
26-Mar-2025 9:34:00 AM CDT |
22-Apr-2025 2:00:00 PM CDT |
City of Kenner, LA |
SEALED BID 25-6888 RAISED GARDEN PLANTER AT VINTAGE AND POWER BLVD
|
26-Mar-2025 8:30:00 AM CDT |
28-Apr-2025 9:45:00 AM CDT |
City of Kenner, LA |
SEALED BID 25-6890 CONTRACT TO SUPPLY MESH, ROLL WIRE, REBAR, METAL KEYWAY AND CHAIRS
|
26-Mar-2025 8:30:00 AM CDT |
29-Apr-2025 9:45:00 AM CDT |
Bryant Hammett & Associates, LLC |
City of Vidalia-William T. Polk City Park-Phase IV-Playground and Splashpad
|
26-Mar-2025 8:23:00 AM CDT |
24-Apr-2025 11:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
Bid # 23-S/P-83 Surplus Sale of Adjudicated Property Located at 1843 Highway 55 (50%) (Parcel # 32627
|
26-Mar-2025 8:00:00 AM CDT |
28-Apr-2025 12:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
Bid # 23-S/P-63 Surplus Sale of Adjudicated Property Located at 213 Stovall St., Houma, LA 70364 (100%) (Parcel # 26197)
|
26-Mar-2025 8:00:00 AM CDT |
28-Apr-2025 12:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
Bid # 22-S/P-12 (Re-Bid) Surplus Sale of Adjudicated Property Located at 361 Naquin St., Houma, LA 70360 (33.3333%) (Parcel # 25643)
|
26-Mar-2025 8:00:00 AM CDT |
28-Apr-2025 12:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
Bid # 22-S/P-63 (Re-Bid) Surplus Sale of Adjudicated Property Located at 609A, 613A, 615A Marya St., LA 70344 (100%) (Parcel # 63142)
|
26-Mar-2025 8:00:00 AM CDT |
28-Apr-2025 12:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
Bid # 23-S/P-68(Re-Bid) Surplus Sale of Adjudicated Property Located at 130 Wilderness St., Montegut, LA 70377 (100%) (Parcel # 31777)
|
26-Mar-2025 8:00:00 AM CDT |
28-Apr-2025 12:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
Bid # 22-S/P-15 (Re-Bid) Surplus Sale of Adjudicated Property Located at 358 Railroad Ave., Houma, LA 70360 (57.5%) (Parcel # 25644
|
26-Mar-2025 8:00:00 AM CDT |
28-Apr-2025 12:00:00 AM CDT |
Jefferson Parish Government |
5000147449 LABOR, MATERIALS AND EQUIPMENT NEEDED TO INSTALL OUTDOOR PLAY STRUCTURE AT AVONDALE SOUTH WALKING TRAIL
|
26-Mar-2025 7:46:00 AM CDT |
01-May-2025 2:00:00 PM CDT |
City of Alexandria |
Bid# 2513 Janitorial Chemicals
|
26-Mar-2025 12:00:00 AM CDT |
06-May-2025 10:00:00 AM CDT |
City of Alexandria |
Bid# 2514 Operating Supplies-Electric Distribution
|
26-Mar-2025 12:00:00 AM CDT |
06-May-2025 10:00:00 AM CDT |
City of Alexandria |
Bid# 2512 Gas Meters & Itron ERTS
|
26-Mar-2025 12:00:00 AM CDT |
06-May-2025 10:00:00 AM CDT |
Iberia Parish Government |
Iberia Parish Water Sector Projects for Sewerage District No. 1 of Iberia Parish
|
26-Mar-2025 12:00:00 AM CDT |
30-Apr-2025 10:00:00 AM CDT |
City of New Iberia |
Street Improvements Concrete Repair Project
|
26-Mar-2025 12:00:00 AM CDT |
24-Apr-2025 2:00:00 PM CDT |
Jefferson Parish Government |
5000147591 PROVIDE PARTS FOR JEFFERSON PARISH DEPARTMENT OF EMERGENCY MANAGEMENT
|
25-Mar-2025 5:00:00 PM CDT |
28-Mar-2025 11:00:00 AM CDT |
Jefferson Parish Government |
5000147480 FURNISH LABOR, MATERIALS AND NECESSARY ESSENTIALS TO REMOVE AND REPLACE CHAIN LINK SWING GATE FOR JEFFERSON PARISH DEPARTMENT OF PARKS AND RECREATION
|
25-Mar-2025 5:00:00 PM CDT |
01-Apr-2025 11:00:00 AM CDT |
Jefferson Parish Government |
5000147492 PURCHASE OF IMPELLER PUMPS FOR JEFFERSON PARISH SEWERAGE DEPARTMENT
|
25-Mar-2025 4:00:00 PM CDT |
31-Mar-2025 11:00:00 AM CDT |
Jefferson Parish Government |
5000147495 PURCHASE OF PUMPS AND RELATED ITEMS FOR JEFFERSON PARISH SEWERAGE DEPARTMENT
|
25-Mar-2025 4:00:00 PM CDT |
31-Mar-2025 11:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
Request for Statement of Qualifications: Enterprise Drive- Westside Boulevard Corridor Expansion Engineering Services
|
25-Mar-2025 8:00:00 AM CDT |
24-Apr-2025 2:00:00 PM CDT |
New Orleans Ernest N. Morial Convention Center |
C-2122 RFP Provide Security Office technology and Infrastructure Services
|
25-Mar-2025 12:00:00 AM CDT |
17-Apr-2025 10:00:00 AM CDT |
Plaquemines Port Harbor & Terminal District |
PLAQUEMINES PORT ADMINISTRATION RENOVATIONS – PHASE 1 – NEW ROOF
|
25-Mar-2025 12:00:00 AM CDT |
22-Apr-2025 1:00:00 PM CDT |
Central Community School System |
Central Community School System, Child Nutrition Program -2025-2026 Bids
|
24-Mar-2025 4:00:00 PM CDT |
29-Apr-2025 10:00:00 AM CDT |
Jefferson Parish Government |
5000147583 SUPPLY RESTROOM WALL PARTITIONS FOR JEFFERSON PARISH DEPARTMENT OF GENERAL SERVICES
|
21-Mar-2025 1:00:00 PM CDT |
27-Mar-2025 11:00:00 AM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
ANNUAL PARISHWIDE HOMEOWNERS SEWAGE PUMP INSTALLATION AND MAINTENANCE PROJECT (CITY PARISH PROJECT NUMBER 25-LP-WC-0004)
|
21-Mar-2025 8:00:00 AM CDT |
15-Apr-2025 2:00:00 PM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
ANNUAL PARISHWIDE FENCE REPAIR AND REPLACEMENT PROJECT (CITY-PARISH PROJECT NO. 25-FR-MS-0002)
|
21-Mar-2025 8:00:00 AM CDT |
15-Apr-2025 2:00:00 PM CDT |
Beauregard Parish School Board |
SFS - Staple Goods Bid
|
21-Mar-2025 7:00:00 AM CDT |
29-Apr-2025 1:30:00 PM CDT |
Beauregard Parish School Board |
SFS - Refrigerated and Frozen Food Bid
|
21-Mar-2025 7:00:00 AM CDT |
29-Apr-2025 1:00:00 PM CDT |
Beauregard Parish School Board |
SFS - Produce Bid
|
21-Mar-2025 7:00:00 AM CDT |
29-Apr-2025 10:30:00 AM CDT |
Beauregard Parish School Board |
SFS - Paper Goods Bid
|
21-Mar-2025 7:00:00 AM CDT |
29-Apr-2025 10:45:00 AM CDT |
Beauregard Parish School Board |
SFS - Milk and Related Products Bid
|
21-Mar-2025 7:00:00 AM CDT |
29-Apr-2025 10:00:00 AM CDT |
Beauregard Parish School Board |
SFS - Bread and Bakery Products Bid
|
21-Mar-2025 7:00:00 AM CDT |
29-Apr-2025 10:15:00 AM CDT |
Lafayette Parish School System |
Carencro High School Parking Lot Expansion
|
21-Mar-2025 7:00:00 AM CDT |
15-Apr-2025 10:00:00 AM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
RFP 2025-07-7830 - HVAC Labor Only & Chiller Labor & Materials
|
21-Mar-2025 12:00:00 AM CDT |
24-Apr-2025 2:00:00 PM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
A25-94893-C BIOHAZARDOUS WASTE PICK UP DISPOSAL - CORONOR'S OFFICE
|
21-Mar-2025 12:00:00 AM CDT |
09-Apr-2025 11:00:00 AM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
A25-94893-E BIOHAZARDOUS WASTE PICK UP & DISPOSAL- EMS LOCATIONS
|
21-Mar-2025 12:00:00 AM CDT |
09-Apr-2025 11:00:00 AM CDT |
St. Bernard Port, Harbor and Terminal District |
Chalmette Slip Dock 2 Section D Warehouse Floor Rehabilitation
|
21-Mar-2025 12:00:00 AM CDT |
06-May-2025 2:00:00 PM CDT |
Beauregard Parish Sheriff's Office |
BID FOR NEW TRUCK
|
21-Mar-2025 12:00:00 AM CDT |
08-Apr-2025 10:00:00 AM CDT |
Avoyelles Parish School Board |
Staple Food Bid
|
20-Mar-2025 7:00:00 PM CDT |
14-May-2025 12:00:00 AM CDT |
Avoyelles Parish School Board |
Produce Bid
|
20-Mar-2025 7:00:00 PM CDT |
14-May-2025 12:00:00 AM CDT |
Jefferson Parish Government |
5000147380 FURNISH LABOR, MATERIALS AND EQUIPMENT TO PROVIDE REFRIGERATION AND ICE MACHINE 1 YEAR OF PREVENTIVE MAINTENANCE FOR JEFFERSON PARISH JUVENILE SERVICES
|
20-Mar-2025 5:00:00 PM CDT |
28-Mar-2025 11:00:00 AM CDT |
Jefferson Parish Government |
5000147508 PROVIDE LABOR AND MATERIALS TO REPAIR CONVEYOR BELTS FOR JEFFERSON PARISH DEPARTMENT OF WATER
|
20-Mar-2025 5:00:00 PM CDT |
27-Mar-2025 11:00:00 AM CDT |
Lafayette Consolidated Government |
RFQ-FLOORING
|
20-Mar-2025 3:30:00 PM CDT |
02-Apr-2025 5:00:00 PM CDT |
Jefferson Parish Government |
5000147472 LABOR, MATERIALS, AND EQUIPMENT NEEDED TO INSTALL ONE (1) ALUMINUM CANOPY AT THE HARAHAN LIBRARY
|
20-Mar-2025 2:24:00 PM CDT |
27-Mar-2025 11:00:00 AM CDT |
St. Charles Parish Government |
Bid #1009 2 Year Contract for Roll Off Containers
|
20-Mar-2025 11:00:00 AM CDT |
08-Apr-2025 11:00:00 AM CDT |
St. Charles Parish Government |
Bid 1007 FOR (3) SCAG TIGER CAT II OR EQUAL LAWNMOWERS FOR THE RECREATION DEPARTMENT
|
20-Mar-2025 11:00:00 AM CDT |
08-Apr-2025 11:00:00 AM CDT |
St. Charles Parish Government |
Bid 1006 For 8 Sets of Bleachers for WB Bridge Park & East Bank Bridge Parks, Department of Recreation
|
20-Mar-2025 11:00:00 AM CDT |
08-Apr-2025 11:00:00 AM CDT |
St. Charles Parish Government |
BID 1008 - 2 Year Contract for Signs and Posts
|
20-Mar-2025 11:00:00 AM CDT |
08-Apr-2025 11:00:00 AM CDT |
Claiborne Parish School District |
Old Homer Jr High Property Bid
|
20-Mar-2025 11:00:00 AM CDT |
22-Apr-2025 11:00:00 AM CDT |
Lafayette Consolidated Government |
RFQ-TERMITE TREATMENT
|
20-Mar-2025 10:00:00 AM CDT |
02-Apr-2025 5:00:00 PM CDT |
Lafayette Consolidated Government |
RFQ-INSULATION
|
20-Mar-2025 10:00:00 AM CDT |
02-Apr-2025 5:00:00 PM CDT |
Lafayette Consolidated Government |
HVAC
|
20-Mar-2025 10:00:00 AM CDT |
02-Apr-2025 5:00:00 PM CDT |
Lafayette Consolidated Government |
RFQ-ELECTRICAL (REWIRE)
|
20-Mar-2025 10:00:00 AM CDT |
02-Apr-2025 5:00:00 PM CDT |
Bryant Hammett & Associates, LLC |
Lake Providence Port Commission - Port Road Third Lane Addition
|
20-Mar-2025 6:00:00 AM CDT |
17-Apr-2025 3:00:00 PM CDT |
Iberville Parish School Board |
Large Equipment for MSA West, White Castle High and East Iberville Cafeterias
|
20-Mar-2025 12:00:00 AM CDT |
07-Apr-2025 9:00:00 AM CDT |
Livingston Parish Public Schools |
BID NO. 25-09: PURCHASED FOODS
|
20-Mar-2025 12:00:00 AM CDT |
22-Apr-2025 10:00:00 AM CDT |
Livingston Parish Public Schools |
BID NO. 25-08: MILK AND MILK PRODUCTS
|
20-Mar-2025 12:00:00 AM CDT |
22-Apr-2025 10:00:00 AM CDT |
Livingston Parish Public Schools |
BID NO: 25-07: ICE CREAM PRODUCTS
|
20-Mar-2025 12:00:00 AM CDT |
22-Apr-2025 10:00:00 AM CDT |
Livingston Parish Public Schools |
BID NO 25-06: FOOD SERVICE DISPOSABLES (MULTI-SITE DELIVERY)
|
20-Mar-2025 12:00:00 AM CDT |
22-Apr-2025 10:00:00 AM CDT |
Ascension Parish Government |
Bridge Load Rating and Design
|
20-Mar-2025 12:00:00 AM CDT |
17-Apr-2025 3:00:00 PM CDT |
Ascension Parish Government |
Geotechnical Assistance
|
20-Mar-2025 12:00:00 AM CDT |
17-Apr-2025 3:00:00 PM CDT |
St. James Parish Government |
Gas Meters Twelve (12) Month Period
|
20-Mar-2025 12:00:00 AM CDT |
02-Apr-2025 2:00:00 PM CDT |
Duplantis Design Group |
Fletcher Technical Community College - Main Building Interior Renovation
|
19-Mar-2025 7:00:00 PM CDT |
17-Apr-2025 2:00:00 PM CDT |
Professional Engineering Consultants (PEC) - Central Bidding Plan Room |
Town of Madisonville- Sewer System Rehabilitation & Improvements - 11767
|
19-Mar-2025 4:00:00 PM CDT |
15-Apr-2025 2:00:00 PM CDT |
Jefferson Parish Government |
SOQ 25-010 Financial Advisor for Jefferson Parish
|
19-Mar-2025 3:45:00 PM CDT |
17-Apr-2025 3:30:00 PM CDT |
Jefferson Parish Government |
5000147400 PROVIDE BASEBALL BATS FOR JEFFERSON PARISH DEPARTMENT OF PARKS AND RECREATION
|
19-Mar-2025 2:00:00 PM CDT |
28-Mar-2025 11:00:00 AM CDT |
Jefferson Parish Government |
5000147487 - Two (2) Year Contract for Heavy Equipment Rental (Part II) on an as Needed Basis for the East and West Bank Department of Public Works - All Divisions
|
19-Mar-2025 1:34:00 PM CDT |
15-Apr-2025 2:00:00 PM CDT |
Jefferson Parish Government |
50-00147314 Two Year Contract for Labor, Materials and Equipment Necessary for Concrete Pavement, Lifting and Sealing of Various Drainage Structures for the Jefferson Parish Department of Public Works- Streets and all Jefferson Parish Agencies
|
19-Mar-2025 1:00:00 PM CDT |
24-Apr-2025 2:00:00 PM CDT |
City of Slidell |
26-B005 WATER & SEWER MATERIALS
|
19-Mar-2025 12:00:00 PM CDT |
16-Apr-2025 10:00:00 AM CDT |
Jefferson Parish Government |
5000147484-Purchase of Two (2) Hydromatic Horizontal Self-Priming Centrifugal Pumps for Jefferson Parish Department of Sewerage
|
19-Mar-2025 11:44:00 AM CDT |
03-Apr-2025 2:00:00 PM CDT |
Jefferson Parish Government |
5000147440 - Three (3) Year Contract for a Streaming Film Online Database Subscription for all Library Locations for the Jefferson Parish Library Department
|
19-Mar-2025 11:08:00 AM CDT |
03-Apr-2025 2:00:00 PM CDT |
Facility Planning and Control - Division of Administration |
Agriculture and Forestry Wood Products Education and Research Center - Louisiana Tech University
|
19-Mar-2025 10:16:00 AM CDT |
23-Apr-2025 2:00:00 PM CDT |
Tangipahoa Parish School System |
Milk and Milk Products Bid No. 2025-03
|
19-Mar-2025 10:00:00 AM CDT |
02-Apr-2025 10:00:00 AM CDT |
Jefferson Parish Government |
RFP 0501 - To Provide Software and Implementation Services for an Enterprise Asset Management (EAM) Software Systems Environment
|
19-Mar-2025 8:58:00 AM CDT |
25-Apr-2025 3:30:00 PM CDT |
Jefferson Parish Government |
5000147464 Labor, Materials, and Equipment Needed to Provide a Two (2) Year Contract for Services on Hydraulic and Pneumatic Equipment for the Jefferson Parish Department of Fleet Management
|
19-Mar-2025 8:28:00 AM CDT |
15-Apr-2025 2:00:00 PM CDT |
St. Tammany Parish School Board |
STORAGE AND DELIVERY OF USDA COMMODITY & PROCESSED COMMODITY FOOD ITEMS
|
19-Mar-2025 8:00:00 AM CDT |
14-Apr-2025 2:00:00 PM CDT |
City of New Iberia |
Pollard Street Sewer Replacement
|
19-Mar-2025 8:00:00 AM CDT |
15-Apr-2025 10:00:00 AM CDT |
Lafayette Parish Sheriff's Office |
#2025-03 Armored ATV
|
19-Mar-2025 7:00:00 AM CDT |
03-Apr-2025 10:00:00 AM CDT |
Iberia Parish School Board |
Bid #1163 - Cafeteria Serving Line Equipment
|
19-Mar-2025 7:00:00 AM CDT |
04-Apr-2025 12:00:00 PM CDT |
St. Martin Parish School Board |
Janitorial Supplies 2025-2026
|
19-Mar-2025 12:00:00 AM CDT |
28-Mar-2025 10:00:00 AM CDT |
St. Landry Parish Government |
Public Works - Gravel, Limestone, Diesel, Hot & Cold Mix and Culverts
|
19-Mar-2025 12:00:00 AM CDT |
09-Apr-2025 2:00:00 PM CDT |
St. Mary Parish Government |
PHASE II, FOUR CORNERS WATER TREATMENT PLANT RENOVATIONS
|
19-Mar-2025 12:00:00 AM CDT |
17-Apr-2025 10:00:00 AM CDT |
Jefferson Parish Government |
5000147304 FURNISH LABOR, MAINTENANCE AND EQUIPMENT TO PROVIDE A DIGITAL DUPLICATOR FOR JEFFERSON PARISH HEAD START
|
18-Mar-2025 1:00:00 PM CDT |
28-Mar-2025 11:00:00 AM CDT |
Lafourche Parish School District |
Facility Condition Assessments 2026-040825
|
18-Mar-2025 9:00:00 AM CDT |
08-Apr-2025 10:00:00 AM CDT |
North Oaks Medical Center |
North Oaks Medical Center ACM Panel Replacement
|
18-Mar-2025 8:00:00 AM CDT |
17-Apr-2025 2:00:00 PM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
A25-0403 Janitorial and Cleaning Supplies
|
18-Mar-2025 12:00:00 AM CDT |
08-Apr-2025 11:00:00 AM CDT |
New Orleans Ernest N. Morial Convention Center |
C-2028 Procurement of Road Barriers
|
18-Mar-2025 12:00:00 AM CDT |
02-Apr-2025 10:00:00 AM CDT |
Tangipahoa Parish School System |
Ice Cream Milk Products Bid No. 2025-02
|
17-Mar-2025 7:00:00 PM CDT |
02-Apr-2025 10:00:00 AM CDT |
Tangipahoa Parish School System |
Food Service Commodity Delivery Bid No. 2025-04
|
17-Mar-2025 7:00:00 PM CDT |
02-Apr-2025 10:00:00 AM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
A25-0714-REBID2 OEM SRP & MAS FOR KUBOTA AGRO EQUIPMENT
|
14-Mar-2025 11:00:00 AM CDT |
01-Apr-2025 11:00:00 AM CDT |
Beauregard Parish Police Jury |
Foreman Road Improvements (B6-24083-DA)
|
14-Mar-2025 8:00:00 AM CDT |
08-Apr-2025 10:00:00 AM CDT |
City of Sulphur |
Maplewood Drive Rehabilitation (Phase III) B6-15071-DC
|
14-Mar-2025 8:00:00 AM CDT |
11-Apr-2025 10:00:00 AM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
ANNUAL PARISHWIDE SANITARY SEWER AND STORMWATER PUMP STATION WET WELL CLEANING PROJECT (CITY-PARISH PROJECT NUMBER 25-PC-WC-0005)
|
14-Mar-2025 8:00:00 AM CDT |
09-Apr-2025 2:00:00 PM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
ANNUAL PARISHWIDE MANHOLE REHABILITATION PROJECT (CITY-PARISH PROJECT NUMBER 25-MH-UF-0003)
|
14-Mar-2025 8:00:00 AM CDT |
09-Apr-2025 2:00:00 PM CDT |
Rapides Parish School Board |
RFP 26-06: Digital Copier / Multi-Function Devices
|
14-Mar-2025 8:00:00 AM CDT |
16-Apr-2025 2:00:00 PM CDT |
Lincoln Parish Police Jury |
12-14 Yard Dump Truck
|
14-Mar-2025 12:00:00 AM CDT |
03-Apr-2025 9:00:00 AM CDT |
Livingston Parish Public Schools |
Bid No. 25-11: Custodial Supplies for Warehouse Stock
|
14-Mar-2025 12:00:00 AM CDT |
10-Apr-2025 2:00:00 PM CDT |
City of Gonzales |
Financial Efficiency Study Engagement
|
13-Mar-2025 9:00:00 PM CDT |
03-Apr-2025 10:00:00 AM CDT |
Lafourche Parish School District |
Ida Repairs – Lafourche Parish School District – Multiple Locations.
|
13-Mar-2025 3:15:00 PM CDT |
10-Apr-2025 2:00:00 PM CDT |
Professional Engineering Consultants (PEC) - Central Bidding Plan Room |
City of Zachary- Main Street Improvements- 11774
|
13-Mar-2025 2:00:00 PM CDT |
16-Apr-2025 2:00:00 PM CDT |
Professional Engineering Consultants (PEC) - Central Bidding Plan Room |
City of Zachary- Church Street Improvements- 11773
|
13-Mar-2025 2:00:00 PM CDT |
09-Apr-2025 2:00:00 PM CDT |
Ouachita Parish School Board |
13-25 Surplus Equipment Sale
|
13-Mar-2025 2:00:00 PM CDT |
07-Apr-2025 2:00:00 PM CDT |
Food & Nutrition Services Diocese of Lafayette |
Paper/ Non Food 2025
|
13-Mar-2025 1:00:00 PM CDT |
16-Apr-2025 12:45:00 PM CDT |
Livingston Parish Government |
Livingston Parish Pavement Preservation Program 2025
|
13-Mar-2025 8:00:00 AM CDT |
15-Apr-2025 2:00:00 PM CDT |
Pointe Coupee Parish Government |
Pointe Coupee Parish Morrison Parkway Dock Rehabilitation
|
13-Mar-2025 8:00:00 AM CDT |
07-Apr-2025 2:00:00 PM CDT |
City of Eunice |
Wastewater Treatment Facility Improvements
|
13-Mar-2025 7:00:00 AM CDT |
15-Apr-2025 10:00:00 AM CDT |
Livingston Parish Public Schools |
Bid No. 25-12: Food Service Disposables for Warehouse Stock
|
13-Mar-2025 12:00:00 AM CDT |
10-Apr-2025 1:00:00 PM CDT |
Tangipahoa Parish School System |
Cafeteria Uniforms and Shoes
|
13-Mar-2025 12:00:00 AM CDT |
31-Mar-2025 10:00:00 AM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
M1836 2025 Chevrolet Silverado 1500, 2WD REG CAB 126” Work Truck or Approved Equal
|
13-Mar-2025 12:00:00 AM CDT |
03-Apr-2025 11:00:00 AM CDT |
Jefferson Davis Parish School Board |
Jefferson Davis Parish School Board 2025-2026 Meat and Frozen items Bid
|
13-Mar-2025 12:00:00 AM CDT |
15-Apr-2025 10:00:00 AM CDT |
Jefferson Davis Parish School Board |
Jefferson Davis Parish School Board 2025-2026 Dry and Canned Goods Bid
|
13-Mar-2025 12:00:00 AM CDT |
15-Apr-2025 10:00:00 AM CDT |
St. Helena Parish School District |
Pest Control bid 2025-2026
|
13-Mar-2025 12:00:00 AM CDT |
22-Apr-2025 4:00:00 PM CDT |
St. Helena Parish School District |
Waste Services Bid 2024-2025
|
13-Mar-2025 12:00:00 AM CDT |
22-Apr-2025 4:00:00 PM CDT |
St. Helena Parish School District |
Paper and Chemicals Bid 2025-2026
|
13-Mar-2025 12:00:00 AM CDT |
22-Apr-2025 4:00:00 PM CDT |
St. Helena Parish School District |
Frozen Foods Bid 2025-2026
|
13-Mar-2025 12:00:00 AM CDT |
22-Apr-2025 4:00:00 PM CDT |
St. Helena Parish School District |
Processed Food Products Bid 2025- 2026
|
13-Mar-2025 12:00:00 AM CDT |
22-Apr-2025 4:00:00 PM CDT |
St. Helena Parish School District |
Bread & Bread Product bid 2025- 2026
|
13-Mar-2025 12:00:00 AM CDT |
22-Apr-2025 4:00:00 PM CDT |
St. Helena Parish School District |
Milk And Milk Products Bid 2025-2025
|
13-Mar-2025 12:00:00 AM CDT |
22-Apr-2025 4:00:00 PM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
A25-1600 (REBID) MACHINE SHOP SERVICES AND WELDING WORK
|
13-Mar-2025 12:00:00 AM CDT |
01-Apr-2025 12:00:00 AM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
A25-90627 ENERGY MANAGEMENT FOR LIBRARIES
|
13-Mar-2025 12:00:00 AM CDT |
08-Apr-2025 11:00:00 AM CDT |
Iberville Parish School Board |
2510M01- Plaquemine High Parking Improvements
|
13-Mar-2025 12:00:00 AM CDT |
10-Apr-2025 2:00:00 PM CDT |
St. Charles Parish Government |
WWKS 113 - LA 18 Cast Iron Water Main Replacement, Phase III
|
13-Mar-2025 12:00:00 AM CDT |
15-Apr-2025 10:00:00 AM CDT |
Jefferson Parish Government |
5000147401 UPPER BARATARIA TERRACING PROJECT - PROJECT NO. 2024-022-CM, DEPARTMENT OF ECOSYSTEM AND COASTAL MANAGEMENT
|
12-Mar-2025 12:43:00 PM CDT |
08-Apr-2025 2:00:00 PM CDT |
Jefferson Parish Government |
5000147461 - Purchase of High-Speed Turbo Blowers for Jefferson Parish Department of Sewerage
|
12-Mar-2025 11:16:00 AM CDT |
27-Mar-2025 2:00:00 PM CDT |
Jefferson Parish Government |
5000147256 BONNABEL CANAL IMPROVEMENTS (WESTSIDE) PHASE II, PROJECT NO. 2022-021A-DR, DEPT. OF CAPITAL PROJECTS
|
12-Mar-2025 9:56:00 AM CDT |
22-Apr-2025 2:00:00 PM CDT |
Jefferson Parish Government |
5000147321-Labor, Equipment and Materials needed to Supply and Install a Generator for the Jefferson Parish Department of Recreation. Project # 23015
|
12-Mar-2025 9:41:00 AM CDT |
24-Apr-2025 2:00:00 PM CDT |
City of Kenner, LA |
SEALED BID 25-6887 CONTRACT TO PROVIDE FUEL SERVICE (CITYWIDE)
|
12-Mar-2025 8:30:00 AM CDT |
11-Apr-2025 9:45:00 AM CDT |
City of Kenner, LA |
SEALED BID 25-6886 EMERGENCY EQUIPMENT RENTAL
|
12-Mar-2025 8:30:00 AM CDT |
09-Apr-2025 9:45:00 AM CDT |
City of Kenner, LA |
SEALED BID 25-6885 4.0 MGD SEWER LIFT STATION UPGRADES, 131 W. ESPLANADE
|
12-Mar-2025 8:30:00 AM CDT |
10-Apr-2025 9:45:00 AM CDT |
City of Kenner, LA |
SEALED BID 25-6884 SANITARY SEWER EVALUATION SERVICES AS NEEDED
|
12-Mar-2025 8:30:00 AM CDT |
10-Apr-2025 9:45:00 AM CDT |
Port of New Orleans |
Napoleon Avenue Gate Complex and Nashville Circle Building Hurricane Ida Damage Repairs
|
12-Mar-2025 8:00:00 AM CDT |
08-Apr-2025 11:00:00 AM CDT |
City of New Iberia |
Pump Station D2 Upgrade
|
12-Mar-2025 8:00:00 AM CDT |
08-Apr-2025 10:00:00 AM CDT |
Jefferson Parish Government |
5000147357-River Ridge Median Improvement (Orchard Road to Hazel Drive) Project No. DBA-23-09 Department of Parkways
|
12-Mar-2025 7:41:00 AM CDT |
22-Apr-2025 2:00:00 PM CDT |
Jefferson Parish Sheriff's Office |
25-APR-0201 2025 Honda Off Road Vehicles
|
12-Mar-2025 6:00:00 AM CDT |
02-Apr-2025 10:00:00 AM CDT |
City of Covington |
City of Covington Bollfield Water Well Building
|
12-Mar-2025 12:00:00 AM CDT |
10-Apr-2025 2:00:00 PM CDT |
City of Broussard |
South Eola Lift Station & Force Main Upgrade
|
12-Mar-2025 12:00:00 AM CDT |
09-Apr-2025 10:00:00 AM CDT |
St. Mary Parish Government |
MATERIAL SUPPLY CONTRCT 2025-2026
|
12-Mar-2025 12:00:00 AM CDT |
27-Mar-2025 10:00:00 AM CDT |
Terrebonne Parish Consolidated Government |
Bid 25-WHSE-06 Purchase of New/Unused Wire (6 Month Requirements Contract)
|
11-Mar-2025 12:30:00 PM CDT |
27-Mar-2025 2:00:00 PM CDT |
Tangipahoa Parish Government |
REQUEST FOR PROPOSALS-GIS PLANNING AND COORDINATION
|
11-Mar-2025 8:59:00 AM CDT |
10-Apr-2025 3:00:00 PM CDT |
Tangipahoa Parish Government |
TANGIPAHOA PARISH - PARISH WIDE GENERATOR PROJECT PARISH PROJECT NO 4611-F51 ELECTRICAL ENGINEERING
|
11-Mar-2025 8:25:00 AM CDT |
10-Apr-2025 3:00:00 PM CDT |
Terrebonne Parish Consolidated Government |
RFP: Support the Seafood Industry: Market Analysis, Needs Assessment and Investment Plan for Sustainable Infrastructure
|
11-Mar-2025 8:00:00 AM CDT |
10-Apr-2025 2:00:00 PM CDT |
Chennault International Airport Authority |
CIAA BUILDING NO. 1 DRAINAGE AND LATERAL EROSION CONTROL IMPROVEMENT CIAA PROJECT #2025-05
|
11-Mar-2025 12:00:00 AM CDT |
08-Apr-2025 2:00:00 PM CDT |
Lafayette Consolidated Government |
Site Clearing & Fence Work for Dugas Landfill-PWEQ-RC
|
10-Mar-2025 4:00:00 PM CDT |
04-Apr-2025 5:00:00 PM CDT |
Jefferson Davis Parish School Board |
Addendum to Jefferson Davis Parish School Board Paper and Cleaning Supplies 2025-2026 SY
|
10-Mar-2025 12:00:00 AM CDT |
08-Apr-2025 10:00:00 AM CDT |
Vernon Parish Police Jury |
2025 Road Overlay
|
08-Mar-2025 6:00:00 PM CST |
27-Mar-2025 10:00:00 AM CDT |
St. Mary Parish School Board |
2025-2026 Small Kitchen Equipment Bid
|
08-Mar-2025 9:00:00 AM CST |
08-Apr-2025 9:00:00 AM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
PSC H2 INTERIOR RENOVATION FOR HEALTH UNIT CITY PARISH PROJECT NO. 21-ASC-CP-1564
|
07-Mar-2025 8:00:00 AM CST |
01-Apr-2025 2:00:00 PM CDT |
Avoyelles Parish Police Jury |
ROAD DISTRICT NO. 2 - 2025 ROADWAY IMPROVEMENTS
|
07-Mar-2025 8:00:00 AM CST |
02-Apr-2025 3:00:00 PM CDT |
Vernon Parish School District |
Bid on copier paper
|
07-Mar-2025 12:00:00 AM CST |
08-Apr-2025 9:00:00 AM CDT |
St. Bernard Parish Government |
St. Bernard Parish Sheriff’s Office Headquarters, Exterior Waterproofing Renovations
|
06-Mar-2025 3:22:00 PM CST |
01-Apr-2025 2:00:00 PM CDT |
St. John the Baptist Parish Government |
RFQ 2025.04 -Green Infrastructure Pilot Project
|
06-Mar-2025 2:35:00 PM CST |
28-Mar-2025 9:45:00 AM CDT |
St. Martin Parish School Board |
Small Equipment & Supplies
|
06-Mar-2025 12:39:00 PM CST |
31-Mar-2025 9:30:00 AM CDT |
St. Mary Parish School Board |
2025-2026 Frozen Foods & Meat Bid
|
06-Mar-2025 9:00:00 AM CST |
02-Apr-2025 9:00:00 AM CDT |
St. Mary Parish School Board |
2025-2026 Fresh Produce Bid
|
06-Mar-2025 9:00:00 AM CST |
04-Apr-2025 10:30:00 AM CDT |
St. Mary Parish School Board |
2025-2026 Frozen or Fresh Chilled Juice Bid
|
06-Mar-2025 9:00:00 AM CST |
04-Apr-2025 10:00:00 AM CDT |
St. Mary Parish School Board |
2025-2026 Fresh Shell Eggs Bid
|
06-Mar-2025 9:00:00 AM CST |
04-Apr-2025 9:30:00 AM CDT |
St. Mary Parish School Board |
2025-2026 Milk Bid
|
06-Mar-2025 9:00:00 AM CST |
04-Apr-2025 9:00:00 AM CDT |
St. Mary Parish School Board |
2025-2026 Paper & Cleaning Supplies Bid
|
06-Mar-2025 9:00:00 AM CST |
03-Apr-2025 9:00:00 AM CDT |
St. Mary Parish School Board |
2025-2026 Dry & Canned Purchased Foods Bid
|
06-Mar-2025 9:00:00 AM CST |
01-Apr-2025 9:00:00 AM CDT |
St. Martin Parish School Board |
Meat & Frozen Food Products
|
06-Mar-2025 8:12:00 AM CST |
31-Mar-2025 9:30:00 AM CDT |
St. Martin Parish School Board |
Milk & Milk Products
|
06-Mar-2025 8:11:00 AM CST |
31-Mar-2025 9:30:00 AM CDT |
St. Martin Parish School Board |
Grocery Bid
|
06-Mar-2025 8:10:00 AM CST |
31-Mar-2025 9:30:00 AM CDT |
City of Denham Springs |
City of Denham Springs - Vortex Grit Removal System Rehab-2025
|
06-Mar-2025 8:00:00 AM CST |
08-Apr-2025 2:00:00 PM CDT |
Ascension Parish Government |
Donaldsonville Courthouse Interior Wall Restoration
|
06-Mar-2025 7:00:00 AM CST |
03-Apr-2025 10:00:00 AM CDT |
Ascension Parish Government |
Holy Rosary Catholic Church: Proposed Bulkhead Improvements Along New River and Duckroost Bayou
|
06-Mar-2025 7:00:00 AM CST |
02-Apr-2025 10:00:00 AM CDT |
Jefferson Davis Parish School Board |
Jefferson Davis Parish School Board Paper and Cleaning Supplies for the 2025-2026 School Year
|
06-Mar-2025 12:00:00 AM CST |
08-Apr-2025 10:00:00 AM CDT |
Jefferson Davis Parish School Board |
Jefferson Davis Parish School Board Milk and Milk Products for the 2025-2026 School Year
|
06-Mar-2025 12:00:00 AM CST |
08-Apr-2025 10:00:00 AM CDT |
Jefferson Davis Parish School Board |
Jefferson Davis Parish School Board Bread and Bakery Items for the 2025-2026 School Year
|
06-Mar-2025 12:00:00 AM CST |
09-Apr-2025 10:00:00 AM CDT |
Jefferson Davis Parish School Board |
Jefferson Davis Parish School Board Chilled and Frozen Foods Fruit Juices Bakery Items Vegetables for the 2025-2026 School Year
|
06-Mar-2025 12:00:00 AM CST |
08-Apr-2025 10:00:00 AM CDT |
St. Martin Parish School Board |
Fresh Produce
|
06-Mar-2025 12:00:00 AM CST |
31-Mar-2025 9:30:00 AM CDT |
Livingston Parish Public Schools |
RFP 25-13: WEIGHT ROOM EQUIPMENT FOR DENHAM SPRINGS HIGH FIELDHOUSE
|
06-Mar-2025 12:00:00 AM CST |
22-Apr-2025 2:00:00 PM CDT |
City of Denham Springs |
CITY OF DENHAM SPRINGS - TRAVELING BRIDGE SAND FILTER REHAB 2025
|
06-Mar-2025 12:00:00 AM CST |
08-Apr-2025 2:00:00 PM CDT |
City of Alexandria |
MacArthur Drive at Jackson Street 2025 Rehabilitation
|
06-Mar-2025 12:00:00 AM CST |
08-Apr-2025 10:00:00 AM CDT |
Ascension Parish Government |
Administrative Consultant Services - HUD Section 8 Housing Choice Voucher
|
06-Mar-2025 12:00:00 AM CST |
03-Apr-2025 3:00:00 PM CDT |
Ascension Parish Government |
Engineering Review Agency Services
|
06-Mar-2025 12:00:00 AM CST |
03-Apr-2025 3:00:00 PM CDT |
Diocese of Lake Charles |
Repairs for St Henry Catholic Church
|
05-Mar-2025 6:00:00 PM CST |
02-Apr-2025 3:00:00 PM CDT |
Jefferson Parish Government |
5000147445-Three (3) Year Contract to Provide Janitorial Services at Seventeen (17) Library Buildings for the Jefferson Parish Library Department
|
05-Mar-2025 12:08:00 PM CST |
17-Apr-2025 2:00:00 PM CDT |
Jefferson Parish Government |
RFP 0499 To Provide Livestock Keeping Services for the Jefferson Protection & Animal Welfare Services (JPAWS)
|
05-Mar-2025 12:00:00 PM CST |
08-Apr-2025 3:30:00 PM CDT |
Jefferson Parish Government |
5000147290 Two (2) Year Contract for a Supply of Plants, Trees and Shrubs for the Jefferson Parish Department of Public Works- Parkways
|
05-Mar-2025 10:00:00 AM CST |
01-Apr-2025 2:00:00 PM CDT |
Jefferson Parish Government |
SOQ 25-009-Provide Professional Landscape Architecture Services for the Mike Miley Community Oasis Project Ecosystems and Coastal Management Department
|
05-Mar-2025 8:40:00 AM CST |
03-Apr-2025 3:30:00 PM CDT |
City of Kenner, LA |
SEALED BID 25-6883 REMOVE, FURNISH AND INSTALL WINDOWS AND RELATED AT HERITAGE HALL
|
05-Mar-2025 8:30:00 AM CST |
04-Apr-2025 9:45:00 AM CDT |
City of Kenner, LA |
SEALED BID 25-6881 CONTRACT TO SUPPLY STREETLIGHT POLES AND ACCESSORES
|
05-Mar-2025 8:30:00 AM CST |
02-Apr-2025 9:45:00 AM CDT |
Jefferson Parish Government |
5000147189 WOODMERE PLAYGROUND IMPROVEMENTS PHASE IV (FOORTBALL FIELD AND RUNNING TRACK) PROJECT NO. 20-1946C, DEPARTMENT OF RECREATION
|
05-Mar-2025 8:30:00 AM CST |
15-Apr-2025 2:00:00 PM CDT |
City of Kenner, LA |
SEALED BID 25-6882 CONTRACT TO PROVIDE ELECTRICAL SUPPLIES AS NEEDED
|
05-Mar-2025 8:30:00 AM CST |
10-Apr-2025 9:45:00 AM CDT |
City of Kenner, LA |
SEALED BID 25-6880 CONTRACT TO SUPPLY TRAFFIC SIGNAL PARTS
|
05-Mar-2025 8:30:00 AM CST |
09-Apr-2025 9:45:00 AM CDT |
City of Kenner, LA |
SEALED BID 25-6878 CONTRACT TO PROVIDE GRASS CUTTING OF ROUGH CUT DITCH SLOPES
|
05-Mar-2025 8:30:00 AM CST |
08-Apr-2025 9:45:00 AM CDT |
Sabine Parish School Board |
Job#2024-10 Alterations & Additions to Many High School Fieldhouse
|
05-Mar-2025 8:00:00 AM CST |
03-Apr-2025 2:00:00 PM CDT |
Lafayette Consolidated Government |
Ranch Rd Bridge Replacement
|
05-Mar-2025 8:00:00 AM CST |
02-Apr-2025 10:00:00 AM CDT |
City of New Iberia |
ROAD MATERIALS
|
05-Mar-2025 12:00:00 AM CST |
07-Apr-2025 2:00:00 PM CDT |
City of New Iberia |
SANITARY SEWER MATERIALS
|
05-Mar-2025 12:00:00 AM CST |
07-Apr-2025 2:00:00 PM CDT |
City of New Iberia |
HIGH CALCIUM QUICKLIME (PEBBLE)
|
05-Mar-2025 12:00:00 AM CST |
07-Apr-2025 2:00:00 PM CDT |
City of New Iberia |
CLEANING AND MAINTENANCE SUPPLIES
|
05-Mar-2025 12:00:00 AM CST |
07-Apr-2025 2:00:00 PM CDT |
New Orleans Ernest N. Morial Convention Center |
C-2121 Procurement of Janitorial Supplies
|
05-Mar-2025 12:00:00 AM CST |
31-Mar-2025 10:00:00 AM CDT |
St. Martin Parish Government |
HERMAN DUPUIS ROAD IMPROVEMENTS PROJECT
|
05-Mar-2025 12:00:00 AM CST |
09-Apr-2025 10:00:00 AM CDT |
City of Alexandria |
RFP 1895P Sale of Electrical Equipment
|
04-Mar-2025 3:00:00 PM CST |
31-Mar-2025 2:00:00 PM CDT |
Calcasieu Parish School System |
CPSB Facility and Mechanical System Services RFP
|
04-Mar-2025 3:00:00 PM CST |
20-May-2025 3:00:00 PM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
RFP 2025-03-0910 Floor Care for the Baton Rouge Metropolitan Airport
|
04-Mar-2025 12:00:00 AM CST |
15-Apr-2025 2:00:00 PM CDT |
St. Bernard Parish Government |
RFQ - Engineering Services Emergency Backup Generators DR-4611-0126-LA
|
28-Feb-2025 9:48:00 AM CST |
01-Apr-2025 10:00:00 AM CDT |
Port of New Orleans |
Request for Proposals - Professional Services for Sustainability Planning and Envision Verification for the Louisiana International Terminal - Re-Bid
|
28-Feb-2025 8:00:00 AM CST |
31-Mar-2025 11:00:00 AM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
Runway 13/31 Safety Area & RPZ Improvements - Phase II Demolition A/E Project No. 20-1801D
|
28-Feb-2025 8:00:00 AM CST |
08-Apr-2025 2:00:00 PM CDT |
Beauregard Parish School Board |
South Beauregard Elementary School Classroom Building Addition #2
|
28-Feb-2025 7:00:00 AM CST |
27-Mar-2025 2:00:00 PM CDT |
City of Alexandria |
Bid 2518 Chlorination & Dechlorination Equipment
|
28-Feb-2025 12:00:00 AM CST |
08-Apr-2025 10:00:00 AM CDT |
City of Alexandria |
Bid 2517 Operating Chemicals-WasteWater Department
|
28-Feb-2025 12:00:00 AM CST |
08-Apr-2025 10:00:00 AM CDT |
Ouachita Parish School Board |
25-25 Central Elementary Restroom Renovations and Canopy Improvements
|
27-Feb-2025 2:00:00 PM CST |
03-Apr-2025 2:00:00 PM CDT |
Ouachita Parish School Board |
17-25 WOHS Football Stadium Renovations and Improvements
|
27-Feb-2025 2:00:00 PM CST |
01-Apr-2025 2:00:00 PM CDT |
Livingston Parish Government |
Lod Stafford Road Bridge Over Colyell Creek
|
27-Feb-2025 6:00:00 AM CST |
08-Apr-2025 2:00:00 PM CDT |
St. Charles Parish Government |
Construction Management at Risk (CMAR) for Hahnville Branch Library
|
27-Feb-2025 12:00:00 AM CST |
01-Apr-2025 2:00:00 PM CDT |
Livingston Parish Airport District |
Livingston Executive Airport - Phase 1: Part 1C
|
27-Feb-2025 12:00:00 AM CST |
27-Mar-2025 2:00:00 PM CDT |
Port of South Louisiana |
ADVERTISEMENT FOR APS DITCH ENCLOSURE
|
26-Feb-2025 11:00:00 AM CST |
31-Mar-2025 11:00:00 AM CDT |
Jefferson Parish Government |
5000147200 Stumpf Blvd Roadway Lighting Improvements (Whitney Ave, to Holmes Blvd)
|
26-Feb-2025 10:00:00 AM CST |
03-Apr-2025 2:00:00 PM CDT |
Port of South Louisiana |
ADVERTISEMENT FOR AIRPORT PARKING LOT EXPANSION
|
26-Feb-2025 10:00:00 AM CST |
31-Mar-2025 10:00:00 AM CDT |
Jefferson Parish Government |
5000147302 TWO (2) YEAR CONTRACT FOR EASTBANK CONCRETE STREET MAINTENANCE FOR THE JEFFERSON PARISH DEPARTMENT OF PUBLIC WORKS - STREETS AND ALL JEFFERSON PARISH AGENCIES AND MUNICIPALITIES
|
26-Feb-2025 9:34:00 AM CST |
03-Apr-2025 2:00:00 PM CDT |
Concordia Parish School Board |
Campus Renovation for: Ferriday High School
|
26-Feb-2025 9:00:00 AM CST |
01-Apr-2025 2:00:00 PM CDT |
Jefferson Parish Government |
RFP 0500-Provide Drop-Off Program for Collection, Processing and Marketing of Household Recyclables for the Jefferson Parish Department of Environmental Affairs
|
26-Feb-2025 8:49:00 AM CST |
10-Apr-2025 3:30:00 PM CDT |
St. John the Baptist Sheriff's Office |
TRAINING CENTER SJPSO RENOVATIONS
|
26-Feb-2025 4:00:00 AM CST |
27-Mar-2025 2:00:00 PM CDT |
City of Alexandria |
Bid# 2510 Electric Meters & Accessories
|
26-Feb-2025 12:00:00 AM CST |
08-Apr-2025 10:00:00 AM CDT |
State of Louisiana Military Department |
Gillis W. Long Bldg 125 Chillers Replacement, Gillis W. Long Center, Carville, LA
|
26-Feb-2025 12:00:00 AM CST |
09-Apr-2025 10:00:00 AM CDT |
Avoyelles Parish School Board |
Non-hazardous Waste
|
25-Feb-2025 12:00:00 AM CST |
08-Apr-2025 1:00:00 PM CDT |
Avoyelles Parish School Board |
Supply Bid
|
25-Feb-2025 12:00:00 AM CST |
08-Apr-2025 1:00:00 PM CDT |
Avoyelles Parish School Board |
Milk Bid
|
25-Feb-2025 12:00:00 AM CST |
08-Apr-2025 1:00:00 PM CDT |
Avoyelles Parish School Board |
Bread Bid
|
25-Feb-2025 12:00:00 AM CST |
08-Apr-2025 1:00:00 PM CDT |
Tangipahoa Parish School System |
Ponchatoula Jr High Gym HVAC
|
25-Feb-2025 12:00:00 AM CST |
01-Apr-2025 2:00:00 PM CDT |
Town of Jean Lafitte |
Town of Jean Lafitte - Quinten Couevas Ball Field Repairs
|
24-Feb-2025 10:00:00 AM CST |
28-Mar-2025 2:00:00 PM CDT |
Terrebonne Levee and Conservation District |
Reach H2/H3 Levee Improvements To Lift EL. +15'
|
24-Feb-2025 12:00:00 AM CST |
01-Apr-2025 2:00:00 PM CDT |
New Orleans Ernest N. Morial Convention Center |
C-2117 Furnish and Install Campus Security Office
|
24-Feb-2025 12:00:00 AM CST |
28-Mar-2025 10:00:00 AM CDT |
Ouachita Parish School Board |
22-25 -- Property Sale Old Sterlington Middle School
|
20-Feb-2025 2:00:00 PM CST |
01-Apr-2025 11:00:00 AM CDT |
Ouachita Parish School Board |
16-25 Property Sale -- Old Myles Property
|
20-Feb-2025 2:00:00 PM CST |
01-Apr-2025 10:00:00 AM CDT |
St. Charles Parish Public Schools |
Request for Qualifications for Employee Benefits Brokerage Services and Consulting
|
20-Feb-2025 10:20:37 AM CST |
31-Mar-2025 4:00:00 PM CDT |
Iberville Parish School Board |
2525M01 - EAST IBERVILLE PARKING IMPROVEMENTS
|
20-Feb-2025 12:00:00 AM CST |
27-Mar-2025 2:00:00 PM CDT |
Tangipahoa Parish School System |
Loranger High Girls Locker Room Renovation
|
20-Feb-2025 12:00:00 AM CST |
03-Apr-2025 2:00:00 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
|
19-Feb-2025 1:00:00 PM CST |
27-Mar-2025 2:00:00 PM CDT |
Lafayette Consolidated Government |
LOUIS “DOC” BONIN GENERATING STATION BONIN SCGT REDEVELOPMENT PROJECT 167118.5.8290 ABATEMENT & DEMOLITION
|
19-Feb-2025 8:00:00 AM CST |
04-Apr-2025 4:00:00 PM CDT |
Bryant Hammett & Associates, LLC |
Town of Vidalia - 115KV Transmission Line-Logan Sewell Sub. to Industrial Park Sub.
|
19-Feb-2025 12:00:00 AM CST |
03-Apr-2025 11:00:00 AM CDT |
City of Covington |
City of Covington Police Investigative Unit Construction
|
19-Feb-2025 12:00:00 AM CST |
27-Mar-2025 2:00:00 PM CDT |
City of Mandeville |
RFP: JANITORIAL SERVICES CONTRACT
|
19-Feb-2025 12:00:00 AM CST |
03-Apr-2025 4:00:00 PM CDT |
Tangipahoa Parish School System |
Woodland Park Phase 2 Six Classroom Addition with Library
|
13-Feb-2025 12:00:00 AM CST |
27-Mar-2025 2:00:00 PM CDT |
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
|
12-Feb-2025 12:00:00 PM CST |
28-Mar-2025 3:30:00 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
|
12-Feb-2025 10:59:00 AM CST |
01-Apr-2025 2:00:00 PM CDT |
Lafayette Consolidated Government |
Localized Flood Mitigation Contract #22
|
12-Feb-2025 8:00:00 AM CST |
27-Mar-2025 10:00:00 AM CDT |
Ascension Parish Sheriff's Office |
Invitation to Bid - Fleet Barn Expansion Ascension Parish Sheriff's Office
|
06-Feb-2025 12:00:00 AM CST |
27-Mar-2025 2:00:00 PM CDT |
Rapides Parish School Board |
Bid 62-24-09: Cherokee Elementary School Addition
|
31-Jan-2025 8:00:00 AM CST |
31-Mar-2025 2:00:00 PM CDT |
Lafayette Consolidated Government |
ANNUAL UPGRADE, MAINTENANCE AND SUPPORT OF BARRACUDA MESSAGE ARCHIVER 850
|
17-Jan-2025 10:00:00 AM CST |
31-Mar-2025 10:00:00 AM CDT |
City of Baton Rouge - Parish of East Baton Rouge |
RFP 2024-16-4010 - BR Convention Center Expansion & HQs Hotel Devel. Project
|
15-Jan-2025 12:00:00 AM CST |
08-Apr-2025 2:00:00 PM CDT |
Sample Listings |
TAF Sample
|
29-Jul-2022 9:41:15 AM CDT |
31-Dec-2026 2:00:00 PM CST |
Sample Listings |
Sample Materials/Supplies Bid - (OPEN)
|
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)
|
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)
|
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
|
30-Nov-2017 11:44:15 AM CST |
30-Dec-2026 11:00:00 AM CST |