General Info

Business Logo

St. Tammany Parish Government

PO Box 628, Covington, LA 70434-0628
(985) 898-2520


Standard Documents

Name * Description
0 Documents

Upcoming Solicitations

Number Deadline
25-33-2
Grand Ave-----------------------------------------Contractor shall provide all adequate and competent labor, equipment, and materials necessary to improve the roadway surface by milling and overlaying approximately 1,100 feet of asphaltic concrete. Approximately 650 feet of Grand Ave will be raised to an elevation of 2.5 feet, with the installation of 96 feet of subsurface drainage and roadway striping for this section of roadway, located along Grand Ave (R07H029) Section 45, Township 9S, Range 13E.
11/18/2025 08:00 PM UTC
25-59-1
Lamarque St Drainage----The Parish requests a Contractor to improve drainage by removing and replacing culverts and subsurface drainage pipes along Lamarque St., located in Mandeville, LA, as required in the specifications.
11/19/2025 08:00 PM UTC
25-32-2
Oak Park Drainage Improvements - Phase I ------------------------- The work shall consist of drainage improvements within the Oak Park Estates area. The work includes upgrading the existing roadway ditches and driveway culverts along Gale Street, Cheryl Street, Oak Park Road, and Helen Drive to ensure positive stormwater flow. Additionally, the work shall include drainage improvements along Brewster Road from Dominion Subdivision to Lateral 21-IWI-3.
11/20/2025 08:00 PM UTC
25-57-1
Landscaping and Maintenance Service- Justice Center & Tyler Street---------------------------The Provider shall provide all supervision, labor, materials, supplies, and equipment as may be necessary to complete and provide landscape maintenance services for the St. Tammany Parish Justice Center Complex (JC) and the St. Tammany Parish Tyler Street Complex.
11/20/2025 08:00 PM UTC
25-58-1
Forest Dr Drainage------------------------------------The Contractor must provide all adequate and competent labor, equipment, tools, testing, and materials necessary to remove and replace existing structure(s) to restore area drainage by installing drain pipe, catch basins, and sod as specified along Forest Dr (R04D037); located in Mandeville, Louisiana.
11/20/2025 08:00 PM UTC
25-63-1
Oak Harbor Blvd Drainage -------------------The Parish requests a contractor to improve drainage along Oak Harbor Blvd (R09J090) in Slidell, Louisiana, by removing and replacing concrete panels and rollover barrier curbs, as well as resealing catch basins, as required in the specifications.
11/25/2025 08:00 PM UTC
25-60-1
N Lake Washington Ct.-------------------------------The Contractor shall provide all adequate and competent labor, equipment, tools, and materials necessary to improve drainage by rebuilding catch basins as specified along N Lake Washington Ct (R08L040), located in Slidell, Louisiana.
12/03/2025 08:00 PM UTC
25-61-1
STP Pond & Barn Facility Maintenance - The Parish requests a Contractor to construct (6) metal roof covers/lean-tos, with or without access panels, and two (2) concrete slabs, with and without catch basins for the St. Tammany Parish Brewster Maintenance Barn, Bush Maintenance Barn, Haas Road Pond, and Lenwood Drive Pond as required in the specifications.
12/03/2025 08:00 PM UTC
25-62-1
Koop Drive Armed Security Guard Services--------------------The purpose of this Essential Service Quote is to establish a contract for Licensed Armed Security Guard Services for St. Tammany Parish Government (Parish) for a period beginning January 1, 2026 through December 31, 2026.
12/03/2025 08:00 PM UTC
25-65-1
Traffic Calming Program Military Rd PH. 1-------------------------------- The Parish requests a contractor to implement traffic calming improvements by installing asphaltic concrete speed tables, updating related pavement markings and signage within the Cross Gates Subdivision in Slidell, LA. The work is intended to reduce vehicle speeds, enhance safety, and improve roadway visibility through new striping, arrows, advisory signs, and refreshed stop bars, with an additional alternate location included in the Magnolia Forest Subdivision in Pearl River, LA.
12/04/2025 08:00 PM UTC
25-64-1
STP Jail Lawn Maintenance-----------------------------------St. Tammany Parish Government Department of Facilities Management is seeking a Provider to provide landscape maintenance services at the St. Tammany Parish Jail, located at 1200 Champagne Street, Covington, LA 70433.
12/09/2025 08:00 PM UTC
25-34-2
Rousseau Rd. Over Soap & Tallow Branch---------------------------- The project consists of the removal of the existing bridge and the phased construction of a new bridge structure along Rousseau Road crossing Soap and Tallow Branch.
12/11/2025 08:00 PM UTC
25-35-2
Dr. TJ Smith Sr Expy Improvements----------------------------------The work specified in this project will require the contractor to provide labor, equipment, and materials necessary to improve the roadway surface along Dr TJ Smith Sr Expressway
12/11/2025 08:00 PM UTC
25-37-2
Woodridge Blvd, English Oaks Dr & Black River Estates------------------------------Work to include a 1” mill and 2” overlay with stop bar striping for Woodridge Blvd (R04C004), a 1” mill and 2” overlay with stop bar striping and pavement patching for English Oaks Dr (R01I058), and speed tables in Black River Estates along Black River Dr (R01J042) and Hawthorne Hollow (R01J041). All work being performed is to improve safety and driving conditions for motorists.
12/11/2025 08:00 PM UTC
14 Solicitations

Closed Solicitations

Number Deadline
23-32-1
Turnwood Dr & Kelly Dr Pipe Liner---------The Contractor must provide all adequate and competent labor, equipment, tools, testing, and materials necessary to improve roadways by repairing sinkholes and repairing the eroded pipe located at 503 Turnwood Drive (R03L155) Section 10 Township 7S Range 11E in Covington, Louisiana; 113 Kelly Drive (R08I005) Section 25 Township 8S Range 14E in Slidell, Louisiana. The time period for completion of the project is sixty (60) calendar days from issuance of the NTP by the Parish. Any work that may be reasonably inferred from the specifications or drawings as being required to produce the intended result shall be supplied whether or not it is specifically called for. Work, materials or equipment described herein which so applied to this project are covered by a wellknown technical meaning or specification shall be deemed to be governed by such recognized standards unless specifically excluded.
09/21/2023 07:00 PM UTC
23-33-1
Acadian Cir & Charles Dr. Drainage Repair-------------------------------------------The Parish requires a Contractor to remove and replace existing storm drain pipes, catch basins, and driveways, to improve drainage at Acadian Cir. (R09E051; S39-T9-R13), and Charles Dr. (R09G041; S38- T9-R14) in Slidell, Louisiana.
09/21/2023 07:00 PM UTC
23-35-1
Dupard Street Drainage------------------------------------------------------------------The Parish requires a Contractor to remove and replace existing storm drain pipes, catch basins, and driveways, to improve drainage at Dupard Street (R04D168; S39-T8-R11) in Mandeville, Louisiana, 70448.
09/21/2023 07:00 PM UTC
23-26-2
Covington Library Exterior Renovations -----Contractor must provide all labor, materials, tools, equipment, and permits for the exterior renovations for the St. Tammany Parish Library, Covington Branch.The scope includes new landscaping around the building, demolition and addition of sidewalks, subsurface drainage, removing old fence posts, and repairs to the concrete parking lot.
09/14/2023 07:00 PM UTC
23-30-1
602 Lake Superior Drive Drainage Repair------Contractor must provide all labor, materials, tools, equipment and supervision necessary to reseal interior joints of the existing 60” subsurface pipe, backfill, remove and reinstall 6’ wooden fence, and slab sodding located at 602 Lake Superior Drive (R08L047; S31-T8S-R15E) in Slidell, Louisiana. The time period for completion of the project is thirty (30) calendar days. Any work that may be reasonably inferred from the specifications or drawings as being required to produce the intended result shall be supplied whether or not it is specifically called for. Work, materials or equipment described herein which so applied to this project are covered by a wellknown technical meaning or specification shall be deemed to be governed by such recognized standards unless specifically excluded. If the contractor has not done business with the Parish, the contractor should submit a W-9 with their response.
08/31/2023 07:00 PM UTC
23-32-2
Hawthorne Hallow Bridge----------------------------------------------------------------The Contractor must provide all labor, equipment, materials, and tools necessary for removal and replacement of existing bridge structure, installation of concrete and asphalt paving, earthwork and road base, and installation of pre-cast concrete box culvert as required per the construction drawings and specifications for Hawthorne Hallow Bridge, located at Hawthorne Hallow, Madisonville, LA
08/23/2023 07:00 PM UTC
23-29-1
Safe Haven Residence Building #2 Demolition--------The work specified in this project will require the Contractor to provide all labor, equipment, tools, and materials necessary to demolish the building structure located at 63067 Wren Way Mandeville Louisiana. The property is located on the Safe Haven Campus which was the Southeast Louisiana Hospital. The work specified in this project will require the Contract to demolish the existing building, remove all the demolition debris and any content, in addition to clearing and addition fill as required, leveling and seeding the site. All demolition activity shall follow the applicable, federal, state, and local guidelines and regulations. This project is CDBG funded through the St. Tammany Parish Government. All HUD regulations apply. The structure is approximately 1,500 sq. ft. single-story structure with an exterior brick finish. The property’s interior has wood trusses/beams. The demolition will include structure and existing foundations, slabs, roof, trusses, walls, pours material on property, and the capping of utilities except for the gas line which will be handled by St. Tammany Parish Government. Additional structures may include ancillary detached structures such as carports or sheds and will be determined for removal before the bid date. The building has asbestos, at a minimum in the roof shingles and foundation liner. The Contractor will be responsible for the transportation and disposal of the demolition debris in accordance with all applicable federal, state, and local regulations governing demolition and the demolition of structures containing hazardous substances. The Contractor will be responsible for the protection of all shrubs/trees at the site. No shrubs/trees will not be removed by the Contractor without permission by Parish Government. In addition, it shall be the responsibility of the Contractor to determine if a structure is safe enough to have its employees and or Sub-Contractors enter, before the removal of waste debris items prior to the start of demolition. All items necessary for the demolition of this structure shall be included in the lump sum quote price. No separate pay items. The Contractor will be required to have a commercial general contractor license. The Contractor shall be responsible for: 1. All mobilization, Permits, Insurance, Bonds, Materials, Labor and Equipment cost. 2. Removal of main structures and any structures located at the site address. 3. Removal of main structure foundation slab at the site address. 4. Removal of all detached structures and slabs at site address. 5. Removal of all concrete or asphalt drive ways, walk ways to street curb. 6. Cap off any and all sewer and water lines using a Louisiana Licensed plumber. 7. Disconnect and remove any and all electrical services using a Louisiana Licensed electrician. 8. Remove any and all furniture, appliances or trash that remains inside and outside the structures. 9. Remove any and all clothing or material that is remaining in the structures 10. Remove any and all material that contains lead (hazardous) paint. (Must follow all federal, state and local laws). 11. Remove any and all asbestos material such as flooring, roofing, ceiling, insulating jackets. (Must follow all federal, state and local laws). 12. The Contractor will be responsible to obtain and procure ALL Federal, State or Local Permits that may be required. 13. The Contractor will be responsible to provide river sand fill material and grade property back level to surrounding area. 14. The Contractor will be responsible to Hydro seed for 100% coverage of all disturbed areas. 15. The Contractor will be responsible for any Insurance requirements. See attached requirements in bid Documents. 16. The Contractor is responsible for Performance and Payment bonds in the amount of 100% are required on projects over $25,000. 17. Retainage will be withheld and released upon submission of a clear lien certificate. The time period for completion of work is thirty (30) days from issuance of Notice to Proceed by the Parish. Any work that may be reasonably inferred from the specifications or drawings as being required to produce the intended result shall be supplied whether or not it is specifically called for. Work, materials or equipment described herein which so applied to this project are covered by a well-known technical meaning or specification shall be deemed to be governed by such recognized standards unless specifically excluded.
08/17/2023 07:00 PM UTC
23-27-1
Castle Drive Concrete Repairs - The Parish requires a Contractor to Remove/Replace concrete driveway panels, 4” concrete sidewalk, remove/replace mountable curb, and slab sodding located at Castle Drive (R08I068; S26-T8S-R14E) in Slidell, Louisiana.
08/15/2023 07:00 PM UTC
23-24-1
Safe Haven Pavilions - Hurricane Ida---------- Contractor to provide all labor, equipment, tools, and materials necessary to repair damaged pavilion & gazebo on our Safe Haven Campus located at 23515 Hwy 190, Mandeville, LA 70470. Contractor is to repair Rotary Pavilion and Gazebo damaged structure with same or similar materials. The Contractor is responsible for the transportation and disposal of the debris in accordance with all applicable federal, state, and local regulations governing demolition and debris disposal. The Contractor is responsible for the protection of all shrubs/trees at the site. No shrubs/trees will be removed by the Contractor without permission from Facilities Management Department. Contractor is required to complete the work within forty-five (45) days from the Notice to Proceed issued by FM. Contractor is required to comply and assures compliance with the Federal provisions provided in quote documents. Any work that may be reasonably inferred from the specifications or drawings as being required to produce the intended result shall be supplied whether or not it is specifically called for. Work, materials or equipment described herein which so applied to this project are covered by a well-known technical meaning or specification shall be deemed to be governed by such recognized standards unless specifically excluded.
08/10/2023 07:00 PM UTC
23-31-2
One Time Purchase for Water & Sewer Materials----------St. Tammany Parish Government Department of Utilities (STPG) is seeking bids for water and sewer materials. The awarded vendor shall be used by STPG to purchase quantities specified for a one (1) time purchase of supplies for water & sewer. STPG owns and operates approximately fifty (50) wastewater treatment plants, forty (40) water wells, and over two hundred (200) sewage lift stations, water distribution lines, and sewage collection lines. All products shall be new and of current manufacture. Where specified on the bid sheets, prices shall be for the approved Make/Brand or a Prior Approved Equal by the Parish. Where the specifications do not indicate an Approved Make/Brand for an item, the Parish has no preference. The name of any manufacturer mentioned in the specifications is for the purpose of establishing a minimum acceptable standard of quality desired by the Parish. All products bid must have prior approval as “Prior Approved Equivalents”. Should the Bidder desire to submit inquiries and/or request approval of an alternative product, the Bidder to submit: make, model, supply catalog cut sheets and descriptive literature for the alternative product, and a copy of the bid which clearly identifies the item(s) for which the equivalent item is being requested to the Procurement Department, procurement@stpgov.org, by 2:00 PM within seven (7) business days prior to the bid opening.
08/10/2023 07:00 PM UTC
261 - 270 of 917 Solicitations
1 2 23 24 25 27 29 30 31 91 92