PUBLIC NOTICE OF PUBLIC HEARING
CDBG CV – Love Louisiana Outdoors Program – Program Amendment
Tensas Parish Police Jury, Louisiana
Tensas Parish Police Jury (TPPJ) will hold a public hearing at 10:00 AM on Tuesday, May 27st, 2025, at TPPJ offices at 212 Hancock Street, St. Joseph, LA 71366. The purpose of the meeting is to discuss the submission of a Program Amendment for Community Development Block Grant – CV (CDBG-CV) funding from the Love Louisiana Outdoors Program.
The following items will be discussed at the hearing:
The amount of funds available for this project; and
The range of activities that may be undertaken, including but not limited to acquisition, architecture and engineering, construction, and program management.
All citizens, particularly persons of low- and moderate-income, and residents of blighted areas, are encouraged to attend the public hearing and/or submit their views and proposals to the police jury at the following address:
Tensas Parish Police Jury
Attn: Pauline Doyle
212 Hancock Street
St. Joseph, LA 71366
5/21
Cost is $26.40
Tensas Parish Police Jury
Language Access Plan for Limited English Proficiency Persons
I. Introduction
Title VI of the Civil Rights Act of 1964, 42 U.S.C. 2000(d) and Executive Order 13166 require that recipients of federal funds take responsible steps to ensure meaningful access by persons with Limited English Proficiency (LEP persons). The Louisiana Office of Community Development (OCD) is a recipient of federal funds for a portion of its programs and, thus obligated to reduce language barriers that can preclude meaningful access by LEP persons to OCD Programs. OCD has prepared this Language Access Plan (LAP), which defines the actions to be taken to ensure meaningful access to agency services, programs, and activities on the part of persons who have limited English proficiency.
In preparing this LAP, OCD conducted a four-factor analysis, considering (1) the number or proportion of LEP persons eligible to be served or likely to be encountered by the OCD or its federally funded programs, (2) frequency with which LEP persons come into contact with the Agency’s programs, (3) nature and importance of the program, activity, or service to people’s lives, and (4) resources available and costs. OCD will review and update, on an annual basis, this LAP in order to ensure continued responsiveness to community needs.
II. Description of Covered Programs
The Louisiana Office of Community Development within the Division of Administration is home to the following federal and state grant programs:
A. Louisiana Community Development Block Grant Program (LCDBG) The LCDBG Program is a federally funded (HUD) program which provides grants to units of local government in non-entitlement areas for the development of viable communities by providing a suitable living environment and expanding economic opportunities, principally for persons of low and moderate income. Grants are made to these communities for primary needs such as potable water, water for fire protection, sewer, streets, and economic development activities.
B. Disaster Recovery Unit (DRU)
HUD CDBG Disaster allocations dedicated to recovery from Hurricanes Katrina, Rita, Gustav, Ike, and Issac. These funds have and continue to be allocated to housing, infrastructure, economic development and planning programs for recovery in the storm-impacted areas.
C. Local Government Assistance Program (LGAP)
LGAP funds are used to assist units of local government for needed infrastructure and long-term capital improvements in rural areas. The LGAP Program is designed to fill the gaps where there are no federal or other state funds available to assist a unit of local government with an identified high priority need. Priority is given to those projects which identify and resolve basic human health and safety needs.
D. Community Water Enrichment Fund (CWEF)
The purpose of the Community Water Enrichment Program (CWEF) is to assist units of local government with funding for needed infrastructure and long-term capital improvements for potable water projects in rural areas. The CWEF Program is designed to fill the gaps where there are no federal or other state funds available to assist a unit of local government with an identified high priority need for potable water improvements. Priority is given to those projects which identify and resolve basic human health and safety needs.
III. Four-factor Analysis
The following four-factor analysis will serve as the guide for determining which, if any, language assistance measures the OCD will undertake to provide access to the covered programs for LEP persons. Additionally, all future CDBG fund recipients will be required to use the same four-factor analysis prior to the release of funds.
A. Number or proportion of LEP persons eligible to be served or likely to be encountered by the OCD or its federally funded programs. Per the 2020 American Community Survey 5-Year Estimate, Louisiana’s population is 4,359,719.
Approximately 92.2% of Louisiana’s population speak only English, and 7.8% speak a language other than English. 3.7% of Louisiana’s population speak Spanish, and 2.5% speak other Indo-European languages and 1.2% speak Asian and Pacific Island Languages. No other ethnicity has a sizeable limited English proficiency.
The table below shows the LEP percentages for each of the above-mentioned languages.
Language 1 (name) |
Population That Speaks a Language Other Than English |
LEP Number |
LEP % of Total Louisiana Population |
Spanish |
82 |
82 |
.09% |
Other Indo-European |
0 |
0 |
0 |
Asian and Pacific Island |
0 |
0 |
0 |
A.1. LCDBG – Eligible applicants to the LCDBG program are non-entitlement communities in Louisiana. Sub-recipients must consider the service area of their project/activity to conduct the four-factor analysis.
A.2. DRU – The DRU translates actions plans into Vietnamese and Spanish based on census data for impacted areas.
A.3. LGAP – All Louisiana municipalities and parishes are eligible to apply for funds excluding the HUD entitlement cities: Alexandria, Baton Rouge, Bossier City, Kenner, Lafayette, Lake Charles, Monroe, New Orleans and Shreveport.
A.4. CWEF –All Louisiana municipalities and parishes are eligible to apply for funds excluding the HUD entitlement cities: Alexandria, Baton Rouge, Bossier City, Kenner, Lafayette, Lake Charles, Monroe, New Orleans and Shreveport.
B. Frequency with which LEP persons come into contact with the programs
B.1. LCDBG – Throughout the history of the LCDBG Program, OCD has not encountered a LEP person. Also, the OCD has not received notification from a sub recipient of an encounter with a LEP person. Since all LCDBG funds are granted to local governments, any direct beneficiaries who are LEP are more likely to communicate directly with the subrecipients. As a result, the sub-recipients will be required to develop a LAP prior to the release of funds.
B.2. DRU – DRU does not have any record of encounters with LEP persons.
B.3. LGAP – There are no direct beneficiaries of the LGAP; all funds are granted to local governments.
B.4. CWEF – There are no direct beneficiaries of the CWEF Program; all funds are granted to local governments.
C. Nature and importance of the program, activity, or service provided by the program
C.1. LCDBG – While LCDBG programs deal mostly with public infrastructure, there is some direct benefit to the beneficiaries of sewer and water hook-ups on private property. Gathering of income data in order to determine income level can result in contacting a LEP person(s). Also, CDBG has a Citizen Participation requirement in order for OCD as well as local governments to identify the community development needs and priorities. It will be necessary to ensure proper communication in order to complete these tasks.
C.2. DRU – DRU has various types of programs and participates in direct benefit activities. Also, CDBG has a Citizen Participation requirement in order for OCD as well as local governments to identify the community development needs and priorities. It will be necessary to ensure proper communication in order to complete these tasks.
C.3. LGAP – There is no direct benefit in this program.
C.4. CWEF – There is no direct benefit in this program.
D. Resources available and costs to the recipient
D.1. LCDBG/DRU – A contract for written translation services with Tembua: The Precision Language Solution is in effect through June 30, 2021.
D.2. LGAP – No resources are needed, as there are no documents produced which are necessary for public viewing.
D.3. CWEF – No resources are needed, as there are no documents produced which are necessary for public viewing.
IV. Actions to be taken by OCD
After careful consideration of the four-factors identified above, the OCD will take the following actions:
A. OCD has appointed the following Language Access Coordinator to serve for all programs:
A.1. James Martin, OCD/LCDBG Program, 1201 North Third Street, Ste. 3-150, Baton Rouge, LA 70802, (225)342-7412
B. The OCD LAP will be distributed to all OCD staff members and posted on the OCD website.
C. All OCD Receptionists and the Language Access Coordinator will maintain and be trained to use an I Speak Language Identification Document for use during encounters with LEP persons. After the appropriate language has been identified, the OCD Receptionist will contact the Language Access Coordinator for further instructions. If the need for access services is identified either by phone or email, OCD staff shall immediately contact their Language Access Coordinator who will take appropriate action to ensure meaningful communication.
D. LCDBG Consolidated Plans and Consolidated Annual Action Plans and Substantial Amendments will be published in Spanish on the OCD website. DRU will continue to translate appropriate documents in Spanish and/or Vietnamese as previously established. All published OCD citizen participation advertisements will include a statement in Spanish indicating materials are available in Spanish upon request.
E. All LCDBG and DRU sub-recipients beginning in FY 2016 and beyond will be required to conduct a Four-factor Analysis and develop a LAP as required by Title VI of the Civil Rights Act of 1964, 42 U.S.C. 2000(d) and Executive Order 13166, which states that recipients of federal funds take responsible steps to ensure meaningful access by persons with Limited English Proficiency.
5/21
Cost is $199.20
Tensas Parish School Board
REQUEST FOR BIDS
(Newellton Elementary School Football Field)
The Tensas Parish School Board will receive SEALED BIDS for the SALE of a 3.444 certain tract or parcel of land located at 115 Jacoby Street, Newellton, Louisiana. This property is commonly known as the Newellton Elementary School Football Field and is being SOLD AS IS. The sale is for surface rights to the property only, with the School Board reserving all mineral rights that it might possess on the property.
Sealed bids will be accepted until 12:00 p.m. on Wednesday, June 11, 2025, at the Tensas Parish School Board Central Office. At 1:00 p.m. on that day, all proposals in hand will be publicly opened and read aloud and any proposals received after the opening will be returned unopened. General conditions and instructions to bidders may be acquired from the Tensas Parish School Board, 512 Plank Road, St. Joseph, Louisiana 71366, or by contacting Superintendent Joyce M. Russ at the number below.
Questions should be directed to Joyce M. Russ, Superintendent at 318-766-3269 or jruss@tensaspsb.org.
Bids should be submitted by CERTIFIED MAIL to the Tensas Parish School Board, P.O. Box 318, St. Joseph, LA 71366 ATTN: Property Bid (“NES Football Field”) or may be dropped off in a SEALED ENVELOPE marked ATTN: Property Bid (“NES Football Field”) to the board office at 512 Plank Road, St. Joseph, LA. Bidders are solely responsible for the timely delivery of their respective bids.
Asbestos–containing building materials may have been used in the construction of the improvements on the property. The property and its improvements are sold “as is”, and any existence or discovery of asbestos-containing building materials or other hazardous materials, such as mold or lead paint therein, shall not be considered sufficient grounds for a recession or cancellation of the Act of Sale or for diminution of the purchase price. Furthermore, the Tensas Parish School Board shall not be responsible for the removal of any such materials, for paying the cost of having such materials removed or for any damages of any nature whatsoever arising from the existence or removal of such materials. The successful bidder assumes any and all costs and liabilities regarding any hazardous materials on or at the site including any improvements thereon.
Award of the purchase will be made to the HIGHEST BIDDER, subject to acceptance and approval by the Tensas Parish School Board. The Tensas Parish School Board reserves the right to reject any and all bids.
5/21, 5/28, 6/4
Cost is $48
Tensas Parish School Board
REQUEST FOR BIDS
(Newellton Elementary School)
The Tensas Parish School Board will receive SEALED BIDS for the SALE of a 3.420 certain tract or parcel of land located at 103 Jacoby Street, Newellton, Louisiana. This property is commonly known as the Newellton Elementary School and is being SOLD AS IS. The sale is for surface rights to the property only, with the School Board reserving all mineral rights that it might possess on the property.
Sealed bids will be accepted until 12:00 p.m. on Wednesday, June11, 2025, at the Tensas Parish School Board Central Office. At 1:00 p.m. on that day, all proposals in hand will be publicly opened and read aloud and any proposals received after the opening will be returned unopened. General conditions and instructions to bidders may be acquired from the Tensas Parish School Board, 512 Plank Road, St. Joseph, Louisiana 71366, or by contacting Superintendent Joyce M. Russ at the number below.
Questions should be directed to Joyce M. Russ, Superintendent at 318-766-3269 or jruss@tensaspsb.org.
Bids should be submitted by CERTIFIED MAIL to the Tensas Parish School Board, P.O. Box 318, St. Joseph, LA 71366 ATTN: Property Bid (“Newellton Elementary School”) or may be dropped off in a SEALED ENVELOPE marked ATTN: Property Bid (“Newellton Elementary School”) to the board office at 512 Plank Road, St. Joseph, LA. Bidders are solely responsible for the timely delivery of their respective bids.
Asbestos–containing building materials may have been used in the construction of the improvements on the property. A copy of report(s) identifying known areas containing asbestos products is attached as Exhibit A to these General Conditions and Instructions to Bidders. The property and its improvements are sold “as is”, and any existence or discovery of asbestos-containing building materials or other hazardous materials, such as mold or lead paint therein, shall not be considered sufficient grounds for a recession or cancellation of the Act of Sale or for diminution of the purchase price. Furthermore, the Tensas Parish School Board shall not be responsible for the removal of any such materials, for paying the cost of having such materials removed or for any damages of any nature whatsoever arising from the existence or removal of such materials. The successful bidder assumes any and all costs and liabilities regarding any hazardous materials on or at the site including any improvements thereon.
Award of the purchase will be made to the HIGHEST BIDDER, subject to acceptance and approval by the Tensas Parish School Board. The Tensas Parish School Board reserves the right to reject any and all bids.
5/21, 5/28, 6/4
Cost is $50.40
ADVERTISEMENT FOR BIDS
05/21/2025
The Tensas Parish Police Jury (herein referred to as the “Owner”) will accept sealed bids marked for the construction of the project described as follows:
Tensas Parish Police Jury – Tensas Parish Port
Preliminary Sitework
Bids shall be addressed to the Tensas Parish Police Jury and received by the Engineer (via delivery or mail) located at 6885 Hwy. 84, Ferriday, LA 71334, not later than 3:00 p.m., Local Time, on Tuesday, June 17, 2025. At that time, the Bids will be opened and read.
Bidders may submit bids electronically to the Engineer at kcapdepon@bha-engineers.com and medwards@bha-engineers.com. Electronic bids must be received before 2:30 p.m., Local Time on Tuesday, June 17, 2025. Any Electronic bid received after this time will not be considered. Bidders submitting bids electronically are required to provide the same documents as bidders submitting through the mail or in person. These items include but are not limited to the Bid Form and Corporate Resolution. Regardless of the bid results, the bidder will have 48 hours from opening of the bids to provide the original bid documents. If a bidder fails to provide the original hard copies of these documents within 48 hours of the bid opening, their bid shall be considered non-responsive. The Owner and the Engineer will not be responsible if the bidder cannot complete and submit a bid due to failure or incomplete delivery of the files submitted via the internet. Original bid documents shall be addressed to the Engineer located at 6885 Hwy. 84, Ferriday, LA 71334 and must be received 48 hours after bid opening, if not, the bid will be considered nonresponsive.
All bids must be submitted on the proper form. The contractor must display his contractor’s license number prominently on the outside of the envelope. Any bids received after the specified times and date will not be considered.
Each bona fide bidder must be registered with the Engineer and obtain Bid Documents from the Engineer in order to submit a bid. The Bidding documents may be requested by email at bhallc@bha-engineers.com, or calling (318)757.6576, upon payment of $250.00. In accordance with R.S. 38:2212(D), deposits on the first set of documents furnished to bona fide prime bidders will be fully refunded upon return of the documents; deposits on any additional sets will be refunded less the actual costs of reproduction. Refunds will be made upon return of the documents if within ten days after receipt of bids. Refunds will be given on the first set of documents furnished to bona fide prime bidders upon return of the clean, unmarked documents no later than ten days after receipt of bids in accordance with LSA R.S. 38:2212(e).
Prime Bidders may also obtain an electronic set of bidding documents in PDF format. Contractors are responsible for reproduction/printing. There is no fee for the electronic set of bidding documents. Contractors desiring to bid shall prove that they hold an active State License of proper classification in full force and effect in Heavy Construction.
In accordance with RS 38:2212 G(2) plans and specifications shall be available to bidders until twenty-four hours before bid opening date.
The Corporate Resolution must be signed and sealed. The Owner reserves the right to reject any and all bids for just cause; such actions will be in accordance with title 38 of the Louisiana Revised Statutes.
Each bidder must deposit with his/her bid, security in the amount, form, and subject to the conditions provided in the Information for Bidders. Bid bonds shall be written by a surety or insurance company currently on the U.S. Department of the Treasury Circular 570 list of approved bonding companies which is published annually in the Federal Register.
No bidder may withdraw his/her bid within forty-five (45) days after the actual date of the opening thereof.
Any interpretation of the bid documents shall be in writing addressed to Bryant Hammett & Associates, L.L.C. at 6885 Hwy. 84, Ferriday, LA 71334 or emailed to kcapdepon@bhaengineers.com and to be given consideration must be received at least ten days prior to the date fixed for the opening of bids. No communication after this date.
The Contractor shall begin mobilization and procurement of materials within ten (10) working days of the receipt of the Notice to Proceed.
The successful bidder will be required to execute the Owner’s Standard Form of Agreement/Contract for construction together with the Performance and Payment Bonds within ten (10) working days after issuance of the Notice of Award. Sureties used for obtaining bonds must appear as acceptable on the U.S. Department of Treasury Circular 570. All awarded contractors will be required to attend a monthly meeting, with mandatory attendance from the Project Engineer, Resident Inspector and Contractor, or their authorized representatives, at the beginning of each month to review quantities for pay estimates, process change orders, review work performed during the month and to discuss any problems which may have arisen. Please notify the Tensas Parish Police Jury (318) 766-3542 seven (7) days in advance of the scheduled bid opening if special accommodations specified under ADA are required.
The Owner hereby notifies all offerors that in regards to any contract entered into pursuant to this advertisement, that Minority Business Enterprise will be afforded equal opportunity to submit offers in response to this invitation and will not be discriminated against on the grounds of race, color, sex, national origin or disability in consideration for an award.
Tensas Parish Police Jury
Bubba Rushing, President
212 Hancock Street
St. Joseph, LA 71366
5/21, 5.28, 6/3
Cost is $111.16