Dpr Tenders
Lafayette Consolidated Government Tender
Others...+1Civil And Construction
United States
Details: Notice To Bidders Notice Is Hereby Given That Sealed Bids Will Be Received Either Electronically At Www.centralbidding.com Or In The Office Of The Purchasing Division At The Lafayette Consolidated Government Building, Located At 705 West University Avenue, Lafayette, Louisiana, Until 3:00 Pm Central Time On The 25th Day Of March, 2025 For The Following: Wired Segments And Dirt Shoe Runners And Will, Shortly Thereafter, Be Opened And Read Aloud In The Office Of Purchasing Located At 705 West University Avenue, Lafayette, La. Bids Received After The Above Specified Time For Opening Shall Not Be Considered And Shall Be Returned Unopened To The Sender. Due To Limited Meeting Spaces, Bidders Are Highly Encouraged To Call Into The Bid Openings At The Following Phone Number 337-291-5100. In Accordance With Louisiana Rs 38:2212. Vendors May Submit Their Bid Electronically At The Website Listed Above. Biddings Documents Are Available To View Only At The Website Above. Vendors May Request The Bid Package Electronically From Thomas Metrejean At Tgmetrejean@lafayettela.gov. Vendors Wishing To Submit Their Bid Electronically Must Register Online With Lafayette Consolidated Government, In Order To Establish An Account. Vendors Submitting Bids Electronically Are Required To Provide The Same Documents As Bidders Submitting Through The Mail As Soon As Available. Only A Bid Bond, Certified Check Or Cashier’s Check Shall Be Submitted As The Bid Security. Electronic Copies Of Both The Front And Back Of The Check Or Bid Bond Shall Be Included With The Electronic Bid. 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. Copies Of The Bidding Documents Are Available At The Purchasing Office Located At 705 West University Avenue, Lafayette, La 70506. Telephone Number (337) 291-7187 (attn: Thomas Metrejean). Bidding Documents Shall Be Available Until Twenty-four (24) Hours Before The Bid Opening Date. Each Bid Shall Be Accompanied By A Certified Check, Cashier’s Check In The Amount Of $500.00 Or Bid Bond Payable To The Lafayette Consolidated Government, The Amount Of Which Shall Be Five Percent (5%) Of The Base Bid Plus Additive Alternates. If A Bid Bond Is Used, It Shall Be Written By A Surety Or Insurance Company Currently On The U.s. Department Of The Treasury Financial Management Service List Of Approved Bonding Companies Which Is Published Annually In The Federal Register, Or By A Louisiana Domiciled Insurance Company With At Least An A-rating In The Latest Printing Of The A.m. Best’s Key Rating Guide To Write Individual Bonds Up To Ten Percent (10%) Of Policyholders’ Surplus As Shown In The A.m. Best’s Key Rating Guide, Or By An Insurance Company In Good Standing Licensed To Write Bid Bonds Which Is Either Domiciled In Louisiana Or Owned By Louisiana Residents. The Bid Bond Shall Be Issued By A Company Licensed To Do Business In Louisiana And Countersigned By A Person Who Is Under Contract With Residing In This State. The Certified Check, Cashier’s Check, Or Bid Bond Shall Be Given As A Guarantee That The Bidder Shall Execute The Contract, Should It Be Awarded To Him, In Conformity With The Contract Documents Within Ten (10) Days. No Bidder May Withdraw His Bid For At Least Forty-five (45) Days After The Time Scheduled For The Opening Of Bids. Each Bid Shall Be Submitted Only On The Bid Form Provided With The Specifications. 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. The Lafayette Consolidated Government Strongly Encourages The Participation Of Dbes (disadvantaged Business Enterprise) In All Contracts Or Procurements Let By The Lafayette Consolidated Government For Goods And Services And Labor And Material. To That End, All Contractors And Suppliers Are Encouraged To Utilize Dbes Business Enterprises In The Purchase Or Sub-contracting Of Materials, Supplies, Services And Labor And Material In Which Disadvantaged Business Are Available. Assistance In Identifying Said Businesses May Be Obtained By Calling 291-8410. Purchasing Division Lafayette Consolidated Government Publish Dates: 3-5-25, 3-9-25 Dpr # 981958
Closing Date25 Mar 2025
Tender AmountRefer Documents
Lafayette Consolidated Government Tender
Security and Emergency Services
United States
Details: Notice To Bidders Notice Is Hereby Given That Sealed Bids Will Be Received Either Electronically At Https://lafayettecsdgovla.tylerportico.com/va/vendor-access/registration Or In The Office Of The Purchasing Division At The Lafayette Consolidated Government Building, Located At 705 West University Avenue, Lafayette, Louisiana, Until 3:00 Pm Central Time On The 29th Day Of April, 2025 For The Following: Traffic Video Vehicle Detection System And Will, Shortly Thereafter, Be Opened And Read Aloud In The Office Of Purchasing Located At 705 West University Avenue, Lafayette, La. Bids Received After The Above Specified Time For Opening Shall Not Be Considered And Shall Be Returned Unopened To The Sender. Due To Limited Meeting Spaces, Bidders Are Highly Encouraged To Call Into The Bid Openings At The Following Phone Number 337-291-5100. In Accordance With Louisiana Rs 38:2212. Vendors May Submit Their Bid Electronically At The Website Listed Above. Biddings Documents Are Available At The Website Above. Vendors May Request The Bid Package Electronically From Thomas Metrejean At Tgmetrejean@lafayettela.gov. Vendors Wishing To Submit Their Bid Electronically Must Register Online With Lafayette Consolidated Government, In Order To Establish An Account. Vendors Submitting Bids Electronically Are Required To Provide The Same Documents As Bidders Submitting Through The Mail As Soon As Available. Only A Bid Bond, Certified Check Or Cashier’s Check Shall Be Submitted As The Bid Security. Electronic Copies Of Both The Front And Back Of The Check Or Bid Bond Shall Be Included With The Electronic Bid. 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. Copies Of The Bidding Documents Are Available At The Purchasing Office Located At 705 West University Avenue, Lafayette, La 70506. Telephone Number (337) 291-7187 (attn: Thomas Metrejean). Bidding Documents Shall Be Available Until Twenty-four (24) Hours Before The Bid Opening Date. Each Bid Shall Be Accompanied By A Certified Check, Cashier’s Check In The Amount Of $500.00 Or Bid Bond Payable To The Lafayette Consolidated Government, The Amount Of Which Shall Be Five Percent (5%) Of The Base Bid Plus Additive Alternates. If A Bid Bond Is Used, It Shall Be Written By A Surety Or Insurance Company Currently On The U.s. Department Of The Treasury Financial Management Service List Of Approved Bonding Companies Which Is Published Annually In The Federal Register, Or By A Louisiana Domiciled Insurance Company With At Least An A-rating In The Latest Printing Of The A.m. Best’s Key Rating Guide To Write Individual Bonds Up To Ten Percent (10%) Of Policyholders’ Surplus As Shown In The A.m. Best’s Key Rating Guide, Or By An Insurance Company In Good Standing Licensed To Write Bid Bonds Which Is Either Domiciled In Louisiana Or Owned By Louisiana Residents. The Bid Bond Shall Be Issued By A Company Licensed To Do Business In Louisiana And Countersigned By A Person Who Is Under Contract With Residing In This State. The Certified Check, Cashier’s Check, Or Bid Bond Shall Be Given As A Guarantee That The Bidder Shall Execute The Contract, Should It Be Awarded To Him, In Conformity With The Contract Documents Within Ten (10) Days. No Bidder May Withdraw His Bid For At Least Forty-five (45) Days After The Time Scheduled For The Opening Of Bids. Each Bid Shall Be Submitted Only On The Bid Form Provided With The Specifications. 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. The Lafayette Consolidated Government Strongly Encourages The Participation Of Dbes (disadvantaged Business Enterprise) In All Contracts Or Procurements Let By The Lafayette Consolidated Government For Goods And Services And Labor And Material. To That End, All Contractors And Suppliers Are Encouraged To Utilize Dbes Business Enterprises In The Purchase Or Sub-contracting Of Materials, Supplies, Services And Labor And Material In Which Disadvantaged Business Are Available. Assistance In Identifying Said Businesses May Be Obtained By Calling 291-8410. Purchasing Division Lafayette Consolidated Government Publish Dates: 4-11-25, 4-13-25 Dpr # 977923
Closing Date29 Apr 2025
Tender AmountRefer Documents
Lafayette Consolidated Government Tender
Others
United States
Details: Notice To Bidders Notice Is Hereby Given That Sealed Bids Will Be Received Either Electronically At Www.centralbidding.com Or In The Office Of The Purchasing Division At The Lafayette Consolidated Government Building, Located At 705 West University Avenue, Lafayette, Louisiana, Until 2:00 Pm Central Time On The 1st Day Of May, 2025 For The Following: 2024 Or Newer Subsite Camera System Truck And Will, Shortly Thereafter, Be Opened And Read Aloud In The Office Of Purchasing Located At 705 West University Avenue, Lafayette, La. Bids Received After The Above Specified Time For Opening Shall Not Be Considered And Shall Be Returned Unopened To The Sender. Due To Limited Meeting Spaces, Bidders Are Highly Encouraged To Call Into The Bid Openings At The Following Phone Number 337-291-5100. In Accordance With Louisiana Rs 38:2212. Vendors May Submit Their Bid Electronically At The Website Listed Above. Biddings Documents Are Available To View Only At The Website Above. Vendors May Request The Bid Package Electronically From Thomas Metrejean At Tgmetrejean@lafayettela.gov. Vendors Wishing To Submit Their Bid Electronically Must Register Online With Lafayette Consolidated Government, In Order To Establish An Account. Vendors Submitting Bids Electronically Are Required To Provide The Same Documents As Bidders Submitting Through The Mail As Soon As Available. Only A Bid Bond, Certified Check Or Cashier’s Check Shall Be Submitted As The Bid Security. Electronic Copies Of Both The Front And Back Of The Check Or Bid Bond Shall Be Included With The Electronic Bid. 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. Copies Of The Bidding Documents Are Available At The Purchasing Office Located At 705 West University Avenue, Lafayette, La 70506. Telephone Number (337) 291-7187 (attn: Thomas Metrejean). Bidding Documents Shall Be Available Until Twenty-four (24) Hours Before The Bid Opening Date. Bidder Must Be Properly Licensed In Accordance With La Rs 32:1254 And Must Include Valid Copy Of Said License In The Bid Submitted In Accordance With La 38:2212.8. Each Bid Shall Be Accompanied By A Certified Check, Cashier’s Check In The Amount Of $500.00 Or Bid Bond Payable To The Lafayette Consolidated Government, The Amount Of Which Shall Be Five Percent (5%) Of The Base Bid Plus Additive Alternates. If A Bid Bond Is Used, It Shall Be Written By A Surety Or Insurance Company Currently On The U.s. Department Of The Treasury Financial Management Service List Of Approved Bonding Companies Which Is Published Annually In The Federal Register, Or By A Louisiana Domiciled Insurance Company With At Least An A-rating In The Latest Printing Of The A.m. Best’s Key Rating Guide To Write Individual Bonds Up To Ten Percent (10%) Of Policyholders’ Surplus As Shown In The A.m. Best’s Key Rating Guide, Or By An Insurance Company In Good Standing Licensed To Write Bid Bonds Which Is Either Domiciled In Louisiana Or Owned By Louisiana Residents. The Bid Bond Shall Be Issued By A Company Licensed To Do Business In Louisiana And Countersigned By A Person Who Is Under Contract With Residing In This State. The Certified Check, Cashier’s Check, Or Bid Bond Shall Be Given As A Guarantee That The Bidder Shall Execute The Contract, Should It Be Awarded To Him, In Conformity With The Contract Documents Within Ten (10) Days. No Bidder May Withdraw His Bid For At Least Forty-five (45) Days After The Time Scheduled For The Opening Of Bids. Each Bid Shall Be Submitted Only On The Bid Form Provided With The Specifications. 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. The Lafayette Consolidated Government Strongly Encourages The Participation Of Dbes (disadvantaged Business Enterprise) In All Contracts Or Procurements Let By The Lafayette Consolidated Government For Goods And Services And Labor And Material. To That End, All Contractors And Suppliers Are Encouraged To Utilize Dbes Business Enterprises In The Purchase Or Sub-contracting Of Materials, Supplies, Services And Labor And Material In Which Disadvantaged Business Are Available. Assistance In Identifying Said Businesses May Be Obtained By Calling 291-8410. Purchasing Division Lafayette Consolidated Government Publish Dates: 4-16-25, 4-20-25 Dpr # 993170
Closing Date1 May 2025
Tender AmountRefer Documents
Lafayette Consolidated Government Tender
Automobiles and Auto Parts
United States
Details: Notice To Bidders Notice Is Hereby Given That Sealed Bids Will Be Received Either Electronically At Https://lafayettecsdgovla.tylerportico.com/va/vendor-access/registration, Mailed Or Hand Carried In The Office Of The Purchasing Division At The Lafayette Consolidated Government Building, Located At 705 West University Avenue, Lafayette, Louisiana, Until 10:00 A.m. Central Time On The 29th Day Of April 2025 For The Following: 2024 Or Newer Trailer Mounted Underground Puller And Will, Shortly Thereafter, Be Opened And Read Aloud In The Office Of Purchasing Located At 705 West University Avenue, Lafayette, La. Bids Received After The Above Specified Time For Opening Shall Not Be Considered And Shall Be Returned Unopened To The Sender. Bidders Are Highly Encouraged To Call Into The Bid Openings At The Following Phone Number 337-291-5100 Or May Come In In Person. In Accordance With Louisiana Rs 38:2212. Vendors May Submit Their Bid Electronically At The Site Listed Above. Plans And Specifications Are Available By Electronic Means. Contractors Wishing To Submit Their Bid Electronically Must First Be Registered Online With Lafayette Consolidated Government As A Potential Supplier At The Website Listed Above. Note That The Website Indicated Above Is Available 24 Hours A Day Seven Days A Week. Vendor May Obtain An Electronic Copy Of The Bid Documents From The Office Of Purchasing By Calling (337) 291-8071 Or By Emailing Heather Kestler At Hkestler@lafayettla.gov. Vendors Submitting Bids Electronically Are Required To Provide The Same Documents As Vendors Submitting Through The Mail Or By Hand Delivery. These Items Include, But Are Not Limited To The Bid Form. Dealer’s License And Bid Security. If A Certified Check Or Cashier’s Check Is Submitted As The Bid Security, Electronic Copies Of Both The Front And Back Of The Check Shall Be Included With The Electronic Bid. Vendors Are Requested To Send The Original Documents Of Bids Received Electronically To Lafayette Consolidated Government As Soon As Possible. Bids Must Be Signed In Accordance With Lrs Title 38:2212(b)5. A Corporate Resolution Authorizing The Person Signing The Bid Is Required To Be Submitted With Bid. Failure To Submit A Corporate Resolution With The Bid Shall Be Cause For Rejection Of Bid. Copies Of The Bidding Documents Are Available At The Purchasing Office Located At 705 West University Avenue, Lafayette, La 70506. Telephone Number (337) 291-8071 (attn: Heather Kestler). Bidding Documents Shall Be Available Until Twenty-four (24) Hours Before The Bid Opening Date. Bidder Must Be Properly Licensed In Accordance With La Rs 32:1254 And Must Include Valid Copy Of Said Dealer’s License In The Bid Submitted In Accordance With La 38:2212.8. Each Bid Shall Be Accompanied By A Certified Check, Cashier’s Check In The Amount Of $500.00, Or Bid Bond Payable To The Lafayette Consolidated Government, The Amount Of Which Shall Be Five Percent (5%) Of The Base Bid Plus Additive Alternates. If A Bid Bond Is Used, It Shall Be Written By A Surety Or Insurance Company Currently On The U.s. Department Of The Treasury Financial Management Service List Of Approved Bonding Companies Which Is Published Annually In The Federal Register, Or By A Louisiana Domiciled Insurance Company With At Least An A-rating In The Latest Printing Of The A.m. Best’s Key Rating Guide To Write Individual Bonds Up To Ten Percent (10%) Of Policyholders’ Surplus As Shown In The A.m. Best’s Key Rating Guide, Or By An Insurance Company In Good Standing Licensed To Write Bid Bonds Which Is Either Domiciled In Louisiana Or Owned By Louisiana Residents. The Bid Bond Shall Be Issued By A Company Licensed To Do Business In Louisiana And Countersigned By A Person Who Is Under Contract With Residing In This State. The Certified Check, Cashier’s Check, Or Bid Bond Shall Be Given As A Guarantee That The Bidder Shall Execute The Contract, Should It Be Awarded To Him, In Conformity With The Contract Documents Within Ten (10) Days. No Bidder May Withdraw His Bid For At Least Forty-five (45) Days After The Time Scheduled For The Opening Of Bids. Each Bid Shall Be Submitted Only On The Quotation Form Provided With The Specifications. 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. The Lafayette Consolidated Government Strongly Encourages The Participation Of Dbes (disadvantaged Business Enterprise) In All Contracts Or Procurements Let By The Lafayette Consolidated Government For Goods And Services And Labor And Material. To That End, All Contractors And Suppliers Are Encouraged To Utilize Dbes Business Enterprises In The Purchase Or Sub-contracting Of Materials, Supplies, Services And Labor And Material In Which Disadvantaged Business Are Available. Assistance In Identifying Said Businesses May Be Obtained By Calling 291-8410. Purchasing Division Lafayette Consolidated Government Publish Dates: 4/9, 4/13 Dpr # 993164
Closing Date28 Apr 2025
Tender AmountRefer Documents
Lafayette Consolidated Government Tender
Civil And Construction...+1Drainage Work
United States
Details: Notice To Bidders Notice Is Hereby Given That Sealed Bids Will Be Received Either Electronically At Www.centralbidding.com Or In The Office Of The Purchasing Division At The Lafayette Consolidated Government Building, Located At 705 West University Avenue, Lafayette, Louisiana, Until 3:00 Pm Central Time On The 3rd Day Of February, 2025 For The Following: Wastewater Collection System Rehabilitation 2024 Point Repair Project 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 May Attend The Bid Opening In Person Or Call Into The Bid Openings At The Following Phone Number 337-291-5100. Scope Of Services: The Rehabilitation Of Deteriorated Wastewater Collection Mains Using Point Repair Will Require Excavation To Correct Structural Defects And To Reduce Inflow/infiltration. All Work Shall Be Completed Within One Hundred Eighty (180) Calendar Days. In Accordance With Louisiana Rs 38:2212 Electronic Bids May Be Submitted At Central Bidding (www.centralbidding.com).official Bid Documents Are Available At Central Bidding (www.centralbidding.com). For Questions Related To The Electronic Bidding Process, Please Call Central Bidding At 225-810-4814. Bidders May Request The Electronic Bid Package From Christian Janes At Cjanes@lafayettela.gov. 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. 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. 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. No Bidder May Withdraw His Bid For At Least Forty-five (45) Days After The Time Scheduled For The Opening Of Bids. Each Bid Shall Be Submitted Only On The Bid Form Provided With The Specifications. The Successful Bidder Will Be Required To Execute Performance And Labor And Material Payment Bonds In The Full Amount Of The Contract As More Fully Defined In The Bid Documents. 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. Bidders Or Firms Submitting Bids In The Amount Of $50,000.00 Or More Shall Certify That They Are Licensed Contractors Under Chapter 24 Of Title 37 Of The Louisiana Revised Statutes Of 1950 And Show Their License Number On The Front Of The Sealed Envelope In Which Their Bid Is Enclosed. Bidders Shall Be Licensed For The Classification Of “municipal And Public Works Construction.” Bids In The Amounts Specified Above Which Have Not Bid In Accordance With The Requirements, Shall Be Rejected And Shall Not Be Read. Additional Information Relative To Licensing May Be Obtained From The Louisiana State Licensing Board For Contractors, Baton Rouge, Louisiana. The Lafayette Consolidated Government Strongly Encourages The Participation Of Dbes (disadvantaged Business Enterprises) In All Contracts Or Procurements Let By The Lafayette Consolidated Government For Goods And Services And Labor And Material. To That End, All Bidders And Suppliers Are Encouraged To Utilize Dbes Business Enterprises In The Purchase Or Sub-contracting Of Materials, Supplies, Services And Labor And Material In Which Disadvantaged Businesses Are Available. Assistance In Identifying Said Businesses May Be Obtained By Calling 291-8410. Purchasing Division Lafayette Consolidated Government Publish Dates: 01-08-25; 01-12-25; 01-19-25 Dpr: 986724
Closing Date3 Feb 2025
Tender AmountRefer Documents
Municipal Waste Management Plant In Be Yce Limited Liability Company Tender
Services
Transportation and Logistics
Poland
Details: Title: Odbiór, Transport I Zagospodarowanie Odpadów O Kodach: 19 12 19, 15 01 02, 19 05 99, 16 01 03, 17 01 07, 20 01 21*, 20 01 28, 20 01 32, 20 01 33*, 20 01 99, 19 08 02
description: 1. Przedmiotem Zamówienia Jest Usługa Odbioru, Transportu I Zagospodarowania Odpadów O Kodach: 19 12 19, 15 01 02, 19 05 99, 16 01 03, 17 01 07, 20 01 21*, 20 01 28, 20 01 32, 20 01 33*, 20 01 99, 19 08 02. 2. Odpady Będą Przygotowane Przez Zamawiającego Do Odbioru Luzem Lub W Formie Zbelowanej. 3. Usługa Powinna Być Realizowana Zgodnie Z Decyzjami Posiadanymi Na Transport I Zagospodarowanie Odpadów Oraz Powszechnie Obowiązującymi Przepisami Prawa W Tym W Szczególności Ustawą O Odpadach I Ustawą Prawo Ochrony Środowiska (dz. U. Z 2024 R. Poz. 54 Z Późn. Zm.). 4. Odpady Objęte Niniejszym Zamówieniem Należy Przetransportować, A Następnie Zagospodarować W Instalacji Wykonawcy Który: 1) Posiada Ważne Pozwolenia Na Prowadzenie Działalności W Zakresie Odzysku Odpadów, O Których Mowa W Ustawie O Odpadach. 2) Posiada Wymagane Przepisami Prawa Decyzje/zezwolenia/wpisy Do Odpowiednich Rejestrów Zezwalające Na Transport Odpadów. 3) Posiada Aktywne Konto W Elektronicznym Systemie Bdo, Umożliwiające Wykonanie Niezbędnych Czynności Związanych Z Ewidencją Odpadów (potwierdzenie Kpo). 5. Zamawiający Nie Dopuszcza Zmiany Instalacji Na Etapie Realizacji Przedmiotu Zamówienia Z Wyjątkiem Wystąpienia Awarii Lub Koniecznego Przestoju Technologicznego Na Wskazanej Instalacji Wykonawca Zobowiązany Jest W Ciągu 48 Godzin Wskazać Za Pomocą Poczty Elektronicznej Na Adres Sekretariat@zzok-belzyce.pl, Inną Instalację Na Której Będą Zagospodarowane Odpady I W Tym Terminie Odebrać I Przekazać Do Zagospodarowania. W Przypadku Wskazania Innej Instalacji Wykonawca Zobowiązany Jest Przedłożyć Wraz Z Jej Wskazaniem Pozwolenie Na Jej Prowadzenie W Zakresie Objętym Przedmiotem Zamówienia Oraz Podstawę Do Jej Dysponowania I Wraz Z Uzasadnieniem Konieczności Zmiany Instalacji. 6. Na Każde Wezwanie Zamawiającego Wykonawca Zobowiązany Jest Dostarczyć W Terminie 7 Dni Od Wezwania – Zbiorcze Zestawienie Danych, Zawierające Ilości Odebranych I Przetworzonych Odpadów Z Informacją Jakim Procesom Zostały One Poddane. 7. Odbiór Odpadów Następować Będzie Transportem Zorganizowanym Przez Wykonawcę I Na Jego Koszt, Także W Zakresie Kosztów Przewozu I Ubezpieczenia Na Czas Transportu I Rozładunku. 8. Koszt Załadunku Odpadów Leży Po Stronie Zamawiającego. 9. Wykonawca Zobowiązany Jest Do Terminowego Odbioru I Transportu Odpadów W Miejsce Docelowego Zagospodarowania Nie Dłużej Niż W Terminie 48 H Od Momentu Zgłoszenia Odbioru Przez Zamawiającego. 10. Realizacja Usługi W Systemie Ciągłym Od Poniedziałku Do Piątku W Godzinach 630 – 2100 (z Uwzględnieniem Przerwy Technicznej W Godz. 1000 – 1030 Oraz 1800 – 1830), Adekwatnie Do Awizacji Za Pomocą Poczty Elektronicznej Email. 11. Zamawiający Będzie Każdorazowo Sporządzał Kartę Przekazania Odpadu Za Pośrednictwem Indywidualnego Konta W Bazie Danych O Produktach I Opakowaniach Oraz Gospodarce Odpadami. 12. Zamawiający Zobowiązany Jest Do Wystawienia Dokumentu Potwierdzającego Recykling (dpr) Dla Części 2 Zamówienia. 13. W Ramach Usługi Zamawiający Zobowiązany Będzie Do Przestrzegania Przepisów Bhp, Ppoż Oraz Porządku Odbioru. 14. Ważenie Odbieranych Przez Wykonawcę Odpadów Będzie Odbywało Się Na Legalizowanej Wadze Zamawiającego I Będzie Każdorazowo Potwierdzane Dowodem Ważenia. 15. Na Podstawie Dowodów Ważenia Wygenerowanych U Zamawiającego Oraz Potwierdzonych Przez Instalację Wykonawcy Kart Przekazania Odpadu Będzie Następowało Rozliczenie Z Wykonawcą. Skalkulowana Przez Wykonawcę Cena Jednostkowa Za 1 Mg Będzie Podstawą Do Określenia Należności Za Faktycznie Odebraną Ilość Odpadów W Danym Miesiącu. Cena Jednostkowa Będzie Zawierała W Sobie Wszelkie Koszty, W Tym M.in. Koszty Transportu I Zagospodarowania Odpadów. 16. Wykonawca Zobowiązany Jest Potwierdzić Kartę Przekazania Odpadu Niezwłocznie Po Przyjęciu Odpadu. 17. Wykonawca Ponosi Wyłączną Odpowiedzialność Za Wszelkie Szkody Powstałe W Wyniku Transportu Odpadów Od Chwili Ich Wydania Przez Zakład Zagospodarowania Odpadów Komunalnych W Bełżycach Sp. Z O.o. Na Środek Transportowy Wykonawcy Do Czasu Poddania Ich I Zakończenia Procesów Zagospodarowania. 18. Wykonawca Ponosi W Szczególności Odpowiedzialność Za Działania Zaniechania Swego Personelu Oraz Podmiotów, Którymi Się Posłużyło Do Wykonania Przedmiotu Zamówienia. 19. Z Chwilą Przekazania Odpadów Na Środek Transportowy, Wykonawca Przejmuje Wszelkie Korzyści I Ciężary Związane Z Nimi Oraz Niebezpieczeństwo Ich Przypadkowej Utraty Lub Uszkodzenia, W Szczególności Przejmuje On Odpowiedzialność Za Wydane Odpady, Za Należyte Postępowanie Z Nimi I Za Skutki Z Tego Wynikające.
Closing Date23 Apr 2025
Tender AmountPLN 10.1 Million (USD 2.6 Million)
DEPT OF THE NAVY USA Tender
Others
United States
Description: Contact Information|4|n713.23|ga0|7176057322|cody.s.smith26.civ@us.navy.mil|
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
inspection Of Supplies--fixed-price (aug 1996)|2|||
wide Area Workflow Payment Instructions (jan 2023)|16|combo Invoice And Receiving||tbd|n00104|tbd|tbd|see Schedule|tbd|||tbd||||||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss|
equal Opportunity (sep 2016)|2|||
buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11||||||||||||
option For Increased Quantity (mar 1989)|1|365 Days|
alternate A, Annual Representations And Certifications (oct 2024)|13||||||||||||||
buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5||||||
buy American-balance Of Payments Program Certificate-basic (feb 2024)|1||
annual Representations And Certifications (jan 2025)|13|332510|750||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2|||
Accelerated Delivery Is Encouraged And Accepted Before The Delivery Date(s) Listed In The Schedule. ^^
all Freight Is Fob Origin.
this Rfq Is For Repair. The Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractor's Written Acceptance Prior To Execution. Verify Nomenclature, Part Number, And Nsn Prior To Responding.
the Government Is Seeking A Repair Turnaround Time (rtat) Of: 180 Days
government Source Inspection (gsi) Is Required.
please Note Freight Is Handled By Navy Cav Or Proxy Cav As Stated In Navsupwssfa24 Or Navsupwssfa25.
the Government Intends To Add An Option Quantity To The Resultant Contract. In Reference To The Option Quantity, The Government May Increase The Quantity Of Supplies Called For In The Schedule At The Unit Price Specified. The Contracting Officer May Exercise The
option By Written Notice To The Contractor Within The Number Of Days In Far 52.217-6 Herein. Delivery Of The Added Items Shall Continue At The Same Rate As The Like Items Called For Under The Contract, Unless The Parties Otherwise Agree.
important Note: Any Asset For Which The Contractor Does Not Meet The Required Rtat Will Incur A Price Reduction Per Unit/per Month The Contractor Is Late - Any Delay Determined To Be Excusable (e.g. Government Delay) Will Not Result In A Price Reduction. If A
price Reduction Is Required Due To Unexcusable Contractor Delay, The Contracting Officer Will Implement The Aforementioned Price Reduction Via A ""reconciliation Modification"" At The End Of The Contract Performance. Price Reductions Made Pursuant To This Section
Shall Not Limit Other Remedies Available To The Government For Failure To Meet Required Rtats, Including But Not Limited To The Government's Right To Terminate For Default.
in Reference To The Above Important Note, The Contractor Provides The Following Price Reduction Amount Per Unit Per Month The Contractor Does Not Meet The Rtat: $__________, Up To A Maximum Of: $_________.
your Quote Should Include The Following Information:
Quote Amount And Rtat
Unit Price:__________
Total Price:__________
Repair Turnaround Time (rtat): _______ Days
if Your Company Is Not Quoting The Government's Required Repair Turnaround Time (rtat) Or Earlier, Provide Your Company's Capacity Constraints?
_________________________________________________________________
_________________________________________________________________
_________________________________________________________________
repair Turnaround Time (rtat): The Resultant Contractual Delivery Requirement Is Measured From Asset Return To The Date Of Asset Acceptance Under The Terms Of The Contract. For Purposes Of This Section, Return Is Defined As Physical Receipt Of The F-condition
asset At The Contractor's Facility As Reflected In The Action Date Entry In The Commercial Asset Visibility (cav) System. In Accordance With The Cav Statement Of Work, The Contractor Is Required To Accurately Report All Transactions By The End Of The Fifth
regular Business Day After Receipt And The Action Date Entered In Cav Must Be Dated To Reflect The Actual Date Of Physical Receipt. The Contractor Must Obtain Final Inspection And Acceptance By The Government For All Assets Within The Rtats Established In This
contract.
Check One: Firm-fixed-price ___ Estimated ___ Nte ___
Return Material Authorization # (rma), If Applicable:__________
Delivery Vehicle (if Delivery Order Requested) (if Your Company Has A Current Boa/idiq, For Example) :__________________
Testing And Evaluation If Beyond Repair
T&e Fee/price (if Asset Is Determined Br/ber): If An Item Is Determined Br, And The Contractor Provides Documentation That Costs Were Incurred During Evaluation And Determination Of Br, The Contracting Officer Will Negotiate A Reduced Contract Price, Not-to
exceed (nte) $___________associated With The Repair Effort To Reflect The Br Status Of The Equipment.
The T&e Fee (if Asset Is Determined Br/ber) Was Determined/computed Based On:______________________________________.
Awardee Info & Performance Location
Awardee Cage: __________
Inspection & Acceptance Cage, If Not Same As ""awardee Cage"": __________
Facility/subcontractor Cage (where The Asset Should Be Shipped), If Not Same As ""awardee Cage"":__________
Iot Compare Repair Price To Price To Buy New
New Unit Price:__________
New Unit Delivery Lead-time:__________
\
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Repair And The Contract Quality Requirements For The Hook,offload,boat .
2. Applicable Documents
2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions.
2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order.
3. Requirements
3.1 Cage Code/reference Number Items - The Hook,offload,boat Repaired Under This Contract/purchase Order Shall Meet The Operational And Functional Requirements As Represented By The Cage Code(s) And Reference Number(s) Listed Below. All Repair Work Shall Be
performed In Accordance With The Contractors Repair/overhaul Standard Practices, Manuals And Directives Including But Not Limited To Drawings, Technical Orders, Manufacturing Operations, Tooling Instructions, Approved Repair Standards And Any Other Contractor
or Government Approved Documents Developed To Provide Technical Repair Procedures.
cage___ref. No.
;29208 70-dpr-856-c4b;
3.2 Marking - This Item Shall Be Physically Identified In Accordance
with ;mil-std-130, Rev N, 16 Nov 2012; .
3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And
approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The
substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government
evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements:
code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number.
code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts.
code 3: Part Not Furnished Separately - Use Assembly.
code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable.
code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New.
code 6: Part Redesigned - Parts Not Interchangeable.
4. Quality Assurance
4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order,
the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The
specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements.
4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any
inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance
does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material.
4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies.
4.4 Inspection/testing Repaired Items - The Contractor Shall Perform All Inspection And Testing Requirements As Specified In The Original Manufacturer's Specifications And Drawings.
5. Packaging
5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss)
(i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/
a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk.
b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies.
c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To:
commander, Indian Head Division, Naval Surface Warfare Center
code 8410p, 101 Strauss Avenue
indian Head, Md 20640-5035
d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For
certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document.
e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From:
contracting Officer
navsup-wss
code 87321
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue:
commanding Officer
navsup-wss
code 009
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From:
commanding Officer
navsup-wss
code 1 Support Branch
700 Robbins Avenue
philadelphia, Pa. 19111-5094
h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss.
6.2 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information
contained On Those Documents And Drawings.
There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows:
a... Approved For Public Release; Distribution Is Unlimited.
b... Distribution Authorized To Us Governments Agencies Only.
c... Distribution Authorized To Us Government Agencies And Their Contractors.
d... Distribution Authorized To Dod And Dod Contractors Only.
e... Distribution Authorized To Dod Components Only.
f... Further Distribution Only As Directed By Commander, Naval Sea
Systems Command, Code 09t.
x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical
Data In Accordance With Opnavinst 5510.161.
6.3 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of
this Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer.
Closing Date14 Mar 2025
Tender AmountRefer Documents
Lafayette Consolidated Government Tender
Civil And Construction...+1Water Storage And Supply
United States
Details: Notice To Contractors Notice Is Hereby Given That Sealed Bids Will Be Received Either Electronically At Www.centralbidding.com Or In The Office Of The Purchasing Division At The Lafayette Consolidated Government Building, Located At 705 West University Avenue, Lafayette, Louisiana, Until 3:00 Pm Central Time On The 20th Day Of February, 2025 For The Following: Water Distribution And Production As-needed Construction 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. Scope Of Services: Work Shall Consist Of Various Activities Included But Not Limited To The Repair, Replacement, And Installation Of Water Distribution, Treatment, And Production Lines, Appurtenances, And Other Related/applicable Work. In Accordance With Louisiana Rs 38:2212 Electronic Bids May Be Submitted At Central Bidding (www.centralbidding.com).official Bid Documents Are Available At Central Bidding (www.centralbidding.com). For Questions Related To The Electronic Bidding Process, Please Call Central Bidding At 225-810-4814. Bidders May Request The Electronic Bid Package From Christian Janes At Cjanes@lafayettela.gov. 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. 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. Bid Documents Shall Be Available Until Twenty-four Hours Before The Bid Opening Date. Questions Relative To The Bidding Documents Shall Be Addressed To Christian Janes At Cjanes@lafayettela.gov.. 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. 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. 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. Contractors Or Contracting Firms Submitting Bids In The Amount Of $50,000.00 Or More Shall Certify That They Are Licensed Contractors Under Chapter 24 Of Title 37 Of The Louisiana Revised Statutes Of 1950 And Show Their License Number On The Front Of The Sealed Envelope In Which Their Bid Is Enclosed. Contractors Shall Be Licensed For The Classification Of “municipal And Public Works Construction”. Bids In The Amounts Specified Above Which Have Not Bid In Accordance With The Requirements, Shall Be Rejected And Shall Not Be Read. Additional Information Relative To Licensing May Be Obtained From The Louisiana State Licensing Board For Contractors, Baton Rouge, Louisiana. 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. Purchasing Division Lafayette Consolidated Government Publish Dates: 1-22-25; 1-26-25; 2-2-25 Dpr 991405
Closing Date20 Feb 2025
Tender AmountRefer Documents
Lafayette Consolidated Government Tender
Civil And Construction...+1Drainage Work
United States
Details: Notice To Contractors Notice Is Hereby Given That Sealed Bids Will Be Received Either Electronically At Www.centralbidding.com Or In The Office Of The Purchasing Division At The Lafayette Consolidated Government Building, Located At 705 West University Avenue, Lafayette, Louisiana, Until 3:00 Pm Central Time On The 6th Day Of March, 2025 For The Following: South Sewage Treatment Plant Improvements Headworks And Chlorine Contact Chamber 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. Scope Of Services: The Work Includes The Construction Of A New Preliminary Treatment Unit Complete With Fine Screens And Grit Removal Equipment, New Raw Wastewater Flow Distribution Box, Construction Of A New Chlorine Contact Chamber, Parshall Flume, Piping, Instrumentation And Controls, Painting, Electrical Work And Other Appurtenant And Related Items Of Construction. Work To Be Completed Within 420 Calendar Days From Issuance Of Notice To Proceed. In Accordance With Louisiana Rs 38:2212 Electronic Bids May Be Submitted At Central Bidding (www.centralbidding.com).official Bid Documents Are Available At Central Bidding (www.centralbidding.com). For Questions Related To The Electronic Bidding Process, Please Call Central Bidding At 225-810-4814. Bidders May Request The Electronic Bid Package From Christian Janes At Cjanes@lafayettela.gov. 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. 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. Bid Documents Shall Be Available Until Twenty-four Hours Before The Bid Opening Date. Questions Relative To The Bidding Documents Shall Be Addressed To Christian Janes At Cjanes@lafayettela.gov.. Contractors Are Requested To Attend A Pre-bid Meeting, Which Will Be Held On February 13, 2025 At 10:00 Am At The South Sewer Treatment Plant Located At 231 W. Bayou Parkway, Lafayette, La. 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. 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. 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. Contractors Or Contracting Firms Submitting Bids In The Amount Of $50,000.00 Or More Shall Certify That They Are Licensed Contractors Under Chapter 24 Of Title 37 Of The Louisiana Revised Statutes Of 1950 And Show Their License Number On The Front Of The Sealed Envelope In Which Their Bid Is Enclosed. Contractors Shall Be Licensed For The Classification Of “municipal And Public Works Construction”. Bids In The Amounts Specified Above Which Have Not Bid In Accordance With The Requirements, Shall Be Rejected And Shall Not Be Read. Additional Information Relative To Licensing May Be Obtained From The Louisiana State Licensing Board For Contractors, Baton Rouge, Louisiana. 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. Purchasing Division Lafayette Consolidated Government Publish Dates: 01-22-25; 01-26-25; 02-02-25 Dpr 992312
Closing Date6 Mar 2025
Tender AmountRefer Documents
Lafayette Consolidated Government Tender
Civil And Construction...+1Bridge Construction
Corrigendum : Closing Date Modified
United States
Details: Notice Is Hereby Given That Sealed Bids Will Be Received Either Electronically At Www.centralbidding.com Or In The Office Of The Purchasing Division At The Lafayette Consolidated Government Building, Located At 705 West University Avenue, Lafayette, Louisiana, Until 10:00 Am Central Time On The 6th Day Of February, 2025 For The Following: Serenity Road Bridge Replacement 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. Scope Of Services: The Project Consists Of The Removal And Replacement Of An Existing Bridge On Serenity Road In Lafayette Parish, La. The Existing Bridge And Pilings Have Deteriorated And Are Being Replaced In This Project With Cast-in-place Concrete Box Culvert. Roadway, Drainage And Channel Improvement Will Be Performed In The Proposed Improvements. All Work To Be Completed Within 120 Working Days From Issuance Of Notice To Proceed. 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. 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. 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. Copies Of The Bidding Documents Except For Section C – “standard Specifications For Roads, Drainage, Bridges And Other Infrastructure 2023 Edition” Are Available At The Office Of Purchasing Located At 705 West University Avenue, Lafayette, La 70502 Upon Payment Of $140.00 Per Set, Non-refundable. Note: No Cash Will Be Accepted - Only Checks Or Money Orders Made Payable To Lafayette Consolidated Government. Copies Of Section “c” Standard Specifications For Roads, Drainage, Bridges And Other Infrastructure” 2023 Edition Are Available From The Public Works Department At 1515 E University Avenue, Building A, Lafayette La 70501. Bid Documents Shall Be Available Until Twenty-four Hours Before The Bid Opening Date. Questions Relative To The Bidding Documents Shall Be Addressed To Heather Kestler At Hkestler@lafayettela.gov. Contractors Are Requested To Attend A Pre-bid Meeting, Which Will Be Held On January 22, 2025 At 9:30 Am In The Large Conference Room, Lafayette Consolidated Government, Public Works Administration Building Located At 1515 East University Avenue, Lafayette, La. 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. 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. 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. Contractors Or Contracting Firms Submitting Bids In The Amount Of $50,000.00 Or More Shall Certify That They Are Licensed Contractors Under Chapter 24 Of Title 37 Of The Louisiana Revised Statutes Of 1950 And Show Their License Number On The Front Of The Sealed Envelope In Which Their Bid Is Enclosed. Contractors Shall Be Licensed For The Classification Of “highway, Street And Bridge Construction Or Heavy Construction”. Bids In The Amounts Specified Above Which Have Not Bid In Accordance With The Requirements, Shall Be Rejected And Shall Not Be Read. Additional Information Relative To Licensing May Be Obtained From The Louisiana State Licensing Board For Contractors, Baton Rouge, Louisiana. 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. Purchasing Division Lafayette Consolidated Government Publish Dates: 1/8, 1/12, 1/9 Dpr 985853
Closing Date18 Feb 2025
Tender AmountRefer Documents
2061-2070 of 2105 archived Tenders