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
25-28-2
Harrison Ave Mill & Overlay----The Contractor shall furnish all labor, equipment, and materials necessary to perform roadway improvements as part of the Capital Improvement Project. Work shall include milling and overlaying approximately 36,000 square feet of asphaltic concrete pavement and installing roadway striping in accordance with project specifications. The Parish reserves the right to add, remove or otherwise modify the above, as determined necessary by the Parish and as allowed by the law.
09/17/2025 07:00 PM UTC
25-29-2
Belair Concrete Repair----The Contractor shall provide all adequate and competent labor, equipment, tools, testing, and materials necessary to improve roadways. Work shall include the removal, replacement, and repair of concrete panels and barrier rollover curbs as specified along the following roads: − Alexander Ct (R09A061) Slidell LA ; − Andrew Ct (R09A062) Slidell LA ; − Belair Blvd (R09A018) Slidell LA ; − Brook Ln (R09A022) Slidell LA ; − Carlin Ln (R09A058) Slidell LA ; − Cherie Ln (R09A056) Slidell LA ; − Clearpoint Dr (R09A024) Slidell LA ; − Fairway Ln (R09A021) Slidell LA ; − Golden Dr (R09A020) Slidell LA ; − Headwaters Dr (R09A019) Slidell LA ; − Madeline Ln (R09A063) Slidell LA ; − Palmetto Ct (R09A057) Slidell LA ; − Sandy Ln (R09A023) Slidell LA ; − Summertree Dr (R09A045) Slidell LA ; and − William Dr (R09A060) Slidell LA.
09/17/2025 07:00 PM UTC
25-21-2
Water Meters, Registers, Base Station, Repeaters------ St. Tammany Parish Government (STPG) Department of Utilities (DU) is seeking bids from qualified Providers for the supply of water meters, electronic read registers, base stations, repeaters, antennae, and mobile receivers. All equipment must be compatible with DU’s current software, Master Link / Data Collections, and compatible with Tyler Technologies Munis Software and Harmony Data Acquisitions for an AMI 2-way fixed network standard direct read and dialog 3G AMR to generate utility bills. STPG owns over 16,000 water meters used for monthly billing of DU water and sewer customers. New meters are purchased to provide for expansion and to replace broken meters and/or registers. All products shall be new and of current manufacture. Bids shall be for the approved make/brand or a Prior Approved Equal by STPG. STPG reserves the right to order meters and registers at any time and in any quantity with no minimum order for the duration of this term. Meters 5/8” to 2” shall meet or exceed all sections of the ANSI/AWWA C708 Standard, latest edition. Meters 2” or larger shall meet or exceed all sections of the ANSI/AWWA C715 Standard, latest edition, and be UL/FM approved. The Provider and applicable items shall also be compliant with SDWA, NSF ANSI 372 & NSF ANSI 61, latest standards. Meters shall be manufactured by a company with a minimum of fifteen (15) years’ experience in the manufacturing of water meters. All water meters and meter components shall be programmed and tested within the Continental United States of America. The manufacturer’s corporate home office shall be in the United States. Bids will be considered only from those companies that are actively engaged in the manufacture of a complete line of water meters of various types (i.e., multi-jet, ultrasonic, bottom-load jet). Meters shall be bid without connections. Water meters two-inch (2”) and below shall be magnetically driven multi-jet velocity type. Water meters two-inch (2”) and greater shall be ultrasonic type. Two-inch (2”) water meters shall be offered as magnetically driven multi-jet velocity type and/or ultrasonic type. The Department of Utilities reserves the right to request a sample meter to study prior to awarding the contract.
09/18/2025 07:00 PM UTC
25-30-2
Glendale Heights Drainage----------------------------The Contractor must provide all adequate and competent labor, equipment, tools, and materials necessary to improve drainage & roadways by installing catch basins and drain pipes as required in the specifications at designated locations in Glendale Heights, Mandeville, LA. 70471.
09/23/2025 07:00 PM UTC
25-6-2
Alton Water Systems Interconnect ----The work includes the construction of an interconnecting pipeline, approximately one thousand six hundred (1,600) linear feet in length, to provide a connection between the Alton Water System and an adjacent privately owned utility. All work shall be performed in accordance with the Contract Documents and as further detailed in the technical specifications.
10/07/2025 07:00 PM UTC
5 Solicitations

Closed Solicitations

Number Deadline
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
23-33-2
One-Time Purchase for DPW - Materials Bid-------------St. Tammany Parish Government is seeking vendors to provide road materials to be used for the maintenance and construction of Parish roads within St. Tammany Parish starting from the Date of Award through December 31, 2023. Quantities are based only on estimates and there shall be no minimum order. The Parish reserves the right to award materials in whole, in part, and/ or to multiple vendors. Bid prices must be submitted on Attachment A – Unit Price form. All fields must be filled in, NO blanks will be permitted. If the item is unavailable, please enter N/A. Bidder must provide a price for each aggregate per ton to be delivered to the locations located under the section “Delivery Address” and also the price per ton to be picked up. Scale tickets will be required. All prices must be inclusive of all delivery or service charges in the bid price per Attachment A – Unit Price Form. Bidder shall provide scale tickets for hauling and for pickup of road materials from the pit or landing place to the various road maintenance districts within the Parish. Bidder must also provide pricing for truck spreading road materials on various roads within the Parish as required in this bid. Materials must be in accordance with the 2006 Edition of the State of Louisiana Department of Transportation and Development’s Blue Book titled Louisiana Standard Specifications for Roads and Bridges. Any materials not meeting this requirement may be rejected at no cost to the Parish. Delivery will be made as an “as call as needed” basis and must be delivered within 10 days ARO.
08/10/2023 07:00 PM UTC
23-28-1
Queen Anne Drive Concrete Repairs--------Contractor must provide all labor, materials, tools, equipment and supervision necessary to Remove/Replace 4” concrete sidewalk, remove tree, remove stump, and slab sodding located at Queen Anne Drive (R09G038; S38-T9S-R14E) 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 well-known 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.
08/09/2023 07:00 PM UTC
251 - 260 of 905 Solicitations
1 2 22 23 24 26 28 29 30 90 91