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
25-18-2
Northshore Circle and Lakeview Dr. Improvements---------------The Contractor shall provide labor, equipment, and materials necessary to complete the work in accordance with the construction drawings and project specifications for the Northshore Circle and Lakview Dr. Improvements project, located along Northshore Circle, Section 31-32, Township 9S, Range 14E and Lakeview Dr., Section 31-32-33, Township 9S, Range 14E, Slidell, LA.
06/24/2025 07:00 PM UTC
25-39-1
Wilkinson St Drainage-------------------------The Parish requests a Contractor to restore area drainage by installing/replacing drain pipe, catch basins, and sod at several locations alone Wilkinson St., (R04D041); Mandeville, Louisiana, 70448.
06/25/2025 07:00 PM UTC
25-19-2
St. John Church Rd Bridge----------------------------The Contractor must provide all labor, equipment, tools, testing, and materials necessary to complete the work as required in the construction drawings and specifications, located on St. John Church Rd (B02G002), Section 7, Township 5S, Range 10E, Folsom, LA.
07/01/2025 07:00 PM UTC
25-41-1
Terra Bella Curb Repair----The Parish requests a Contractor to perform roadway improvements by removing and replacing sections of concrete barrier curbs as specified along Inglewood Terrace (R01C059), Covington, LA; Bocage Ct (R01C039), Covington, LA; Melrose Ave (R01C042), Covington, LA.
07/02/2025 07:00 PM UTC
25-40-1
Sludge Removal from Cross Gates #1----St. Tammany Parish, Department of Utilities (DU) requests a contractor for the removal of sludge, sand, and waste material from the Cross Gates #1 treatment plant, located at 350 N. Military Rd, Slidell, LA.
07/02/2025 07:00 PM UTC
25-16-2
Camp Salmen Historic Lodge restoration----------------Historic restoration of the Camp Salmen Lodge building will include hazardous material abatement, masonry and plaster repair and restoration, door and window restoration and replacement, interior material restoration and replacement, wood roof framing code retrofit, and new roofing system.
07/08/2025 07:00 PM UTC
25-22-2
Brewster Area Road Maintenance----The Contractor shall provide all adequate and competent labor, equipment, tools, and materials necessary to perform roadway improvements. Work shall include milling, overlaying, and patching of road surfaces as specified along: − Bocage Ct (R01C039) Covington; − Fayedaye St (R01I048) Madisonville; − Melrose Ave (R01C042) Covington; and − Spring Haven Ln (R01J098) Madisonville.
07/09/2025 07:00 PM UTC
25-20-2
St Tammany Parish Fishing Pier---------------------------Removal of damaged timber fishing pier, and the construction of new “hardened” fishing pier, including steel framing, steel decking, and steel piles. Work also includes lighting, a dry pipe sprinkler system, and other amenities.
07/23/2025 07:00 PM UTC
8 Solicitations

Closed Solicitations

Number Deadline
22-14-1
Blue Crane No.1 Drive Drainage Repair - Contractor must provide all labor, supplies, equipment, tools, permits and materials to repair the drainage as specified located 237 Blue Crane No 1 Drive (R08N040; S39-T9-R15) in Slidell, Louisiana as specified. Contractor shall provide all signage and barricades. Contractor will be required to complete the work within twenty (20) calendar days from the Notice to Proceed issued by the Parish.
04/26/2022 07:00 PM UTC
22-2-7
Aviation Fuel...................................... Prices remain in effect through December 31, 2022, with the option to extend for two (2) additional one (1) year terms, by written agreement of both parties. Any delivery or service charge must be included in the bid price. Quantities may vary; minimum orders shall not be required. Contractor agrees to deliver an order within twelve (12) hours during emergency conditions such as a storm occurrence. St. Tammany Parish Government reserves the right to award materials in whole, in part, and/ or to multiple vendors. Bids must be submitted on the Pricing Sheet provided.
04/19/2022 07:00 PM UTC
22-12-2
Tammany Trace Bridge #16................................. Provider is required to manufacture and deliver a fully engineered clear span bridge of steel construction to the project site located in Mandeville, LA. The scope of work shall include requirements found in Section 09 – Special Specifications for Prefabricated Truss Bridge, Fountain Drawing and General Bridge Plan. The Prefabricated Truss Bridge shall be delivered to the project site near the intersection of Villere St. and Clausel St., Mandeville, La.
04/19/2022 07:00 PM UTC
22-13-2
Reiher Rd. Drainage....................... This is a 2021 District Capital Improvement Project. The Contractor must provide all labor, equipment, tools, testing and material necessary to improve the subsurface drainage as specified in the construction drawings and specifications for Reiher Rd. Drainage. The work is located along Reiher Rd. Lateral (D04DW02027) Section 26, Township 7, S. Range 11 E, Covington, Louisiana.
04/19/2022 07:00 PM UTC
22-11-1
Highland Ridge Repair.................Contractor must provide all labor, materials, tools, and equipment to repair the drainage as specified located between 113 and 120 Highland Ridge (R01E038 S46-T7-R10) in Covington, Louisiana as specified.
04/14/2022 07:00 PM UTC
22-12-1
Woodruff Dr Drainage Repair............Contractor must provide all labor, materials, tools, and equipment to repair the catch basin as specified located on Woodruff Dr (R08L069; S38-T9-R15) in Slidell, Louisiana as specified
04/14/2022 07:00 PM UTC
22-10-2
Westwood WWTP Blower...Provision of positive displacement rotary lobe blower package including blower unit and duplex control panel. Contractor shall provide one (1) Blower Package per the specifications for the Westwood WWTP located at 176 Judge Tanner Boulevard, Covington, LA 70433 (S37-T07-R11E).
04/13/2022 07:00 PM UTC
22-11-2
Tammany Trace............................................... This is a 2022 Capital Improvement Project. The work specified in this project will require the Contractor to provide labor, equipment, and materials necessary to improve the roadway surfaces by milling and overlaying of asphaltic concrete, installation of base course, asphalt paving, and installing roadway striping, throughout the Parish along the Tammany Trace (R11A001) Section 39, Township 8, Range 13, and Sections 35 – 38, Township 9, Range 13, as specified in the plans and specifications.
04/13/2022 07:00 PM UTC
22-8-1
Waverly Dr Drainage - Contractor must provide all labor, supplies, equipment, tools, permits and materials to repair the drainage as specified located at 540 Waverly Dr (R08L068; S38-T9-R15) in Slidell, Louisiana as specified. Contractor shall provide all signage and barricades. The time period to complete the work shall be thirty (30) calendar days from issuance of the NTP by the Parish. Further details of the work and responsibilities of the Contractor are provided in the procurement documents, copies of which are maintained by the Public Works Department and the Procurement Department. The parties are bound to these details and responsibilities as if copied herein in extenso. The maximum cost of this work will be $_________. Payments will be made as billed by the Contractor upon completion of the work and approved by the Department. Contractor agrees to update, provide and/or substantiate all applicable policies of insurance and bonding, as is required and/or requested by the Parish. Contractor likewise agrees to provide all documentation within its possession required and requested by the Parish for funding by the State or Federal Government.
04/12/2022 07:00 PM UTC
22-6-1
Property Demolition for Mandeville Bypass Roadway - The work shall consist of principal and accessory structural demolition and relocation of 2 sheds. All activities shall follow the applicable, federal, state, and local guidelines. The work specified in this project will require the Contractor to provide all labor, equipment, tools, and materials necessary to demolish a residential site located at 23298 Oscar St. Mandeville, LA 70448 and any accessory structures on that site purchased by the Parish. As well as relocate 2 sheds to the Tyler Street Complex located at 620 North Tyler Street in Covington LA. The Contractor must also remove the demolition debris, in addition to clearing and leveling the site. The structures to be demolished may include the existing foundations, slabs, porous materials (driveways and walkways), boundary fences; Removal of septic tanks (if not removed, floors and walls must be cracked or crumbled so the tank will not hold water, and be filled with sand or other clean fill). Contractor will also cap and abandon the well per all applicable federal, state and local guidelines. The Contractor accepts the possibility that asbestos or other hazardous materials may exist within the structures or on the site and is responsible for appropriate removal. (Must follow all federal, state and local laws) 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. 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. Relocation of a 30’W x 21’L x 11’T shed from 23298 Oscar St Mandeville La. to the Tyler Street Complex located at 620 North Tyler Street in Covington La. Mandeville Property procedures: 1. All federal, state, and local laws and permits are the responsibility of the contractor. 2. Disconnect and abandon all electrical feeds at the base of the shed by wire nutting ends and wrapped with electrical tape. Leave wire location marked with a flag or wooden steak. 3. Remove all anchors from the ground and discard or cut off below ground level. 4. Disassemble the unit in an organized way so that each panel of metal and brace is in the same location when reassembled. 5. Transport the disassembled unit to the Tyler Street Complex safely and legally. Tyler Street Complex Procedures: 6. The shed locations at the Tyler Street Complex will be determined by the Facility Maintenance Department. 7. The contractor will furnish all material and labor for 2ea concrete foundation roughly 12” wide by 22’ long x 12” deep to accept the base of the unit. 8. Use new fasteners with rubber washers the same size or greater at reassembly of all components of the unit. 9. Reassemble the unit exactly the way it was assembled at the Mandeville location. 10. Anchor the unit to the concrete chain walls by using 6” x ½” steel concrete anchor bolts. 11. Clean all construction material from the site and grade all grounds surrounding the unit. Relocation of an 18’W x 33’L x 14.5’T shed from 23298 Oscar St Mandeville La. to the Tyler Street Complex located at 620 North Tyler Street in Covington La. Mandeville Property procedures: 1. All federal, state, and local laws and permits are the responsibility of the contractor. 2. Disconnect and abandon all electrical feeds at the base of the shed by wire nutting ends and wrapped with electrical tape. Leave wire location marked with a flag or wooden steak. Disconnect and abandon all water feeds at the base of the shed by capping the PVC pipe. Leave water location marked with a flag or wooden steak. 3. Remove all anchors from the ground and discard or cut off below ground level. 4. Disassemble the unit in an organized way so that each panel of metal and brace is in the same location when reassembled. 5. Transport the disassembled unit to the Tyler Street Complex safely and legally. Tyler Street Complex Procedures: 6. The shed locations at the Tyler Street Complex will be determined by the Facility Maintenance Department. 7. The contractor will furnish all material and labor for 2ea concrete foundation roughly 12” wide by 34’ long x 12” deep to accept the base of the unit. 8. Use new fasteners with rubber washers the same size or greater at reassembly of all components of the unit. 9. Reassemble the unit exactly the way it was assembled at the Mandeville location. 10. Anchor the unit to the concrete chain walls by using 6” x ½” steel concrete anchor bolts. 11. Clean all construction material from the site and grade all grounds surrounding the unit.
04/12/2022 07:00 PM UTC
341 - 350 of 882 Solicitations
1 2 31 32 33 35 37 38 39 88 89