Similar Projects
Elliott St. Rehab: Macarthur Dr to I-49
Infrastructure
Design
$2,500,000 CJ est. value
Alexandria, LA 71301

Phase 1 Site Demolition and Clearance for the Tiger and Siamang Habitat and Restaurant Development for the Alexandria Zoological Park
Infrastructure
Bidding
$200,000 CJ est. value
Alexandria, LA 71301

Water Main Replacement on Comanche Drive and Forest Street
Infrastructure
Bidding
$690,000 CJ est. value
Pineville, LA 71360

Building 801 Replacement National Guard Readiness Center
Renovation
Post-Bid
$12,900,000 to $13,250,000 est. value
Pineville, LA

Camp Beauregard Building 631 Repairs
Renovation
Post-Bid
Pineville, LA

Design-Build and Design-Bid-Build Indefinite-Delivery Indefinite-Quantity Multiple Award Construction Contract for Naval Facilities Engineering Command Southeast Area of Operations N69450-20-R-0097
Results
$20,000,000 to $100,000,000 est. value

Cheatham Park Baseball Field Improvements (Artificial Turf)
New Construction, Infrastructure
Results
$250,000 est. value
Alexandria, LA

Project Diamond Vault
New Construction, Infrastructure
Pending Verification
$900,000,000 CJ est. value
Lena, LA 71447

Project Diamond Vault
New Construction, Infrastructure
Pending Verification
$900,000,000 CJ est. value
Lena, LA 71447

Camp Beauregard Unaccompanied Officer Quarters
New Construction
Post-Bid
Pineville, LA

New Wildland Fire Building
New Construction
Results
Pineville, LA

Transient Training Barracks
New Construction
Post-Bid
$1,750,000 est. value
Pineville, LA 71360

Bldg. 4502 Conversion (Camp Cook)
New Construction, Addition
Post-Bid
$490,000 est. value
Ball, LA 71405

Camp Beauregard Bldg 1450 Renovation
Renovation
Post-Bid
Pineville, LA 71360

Henry Road Safety Widening: LA 73 To Tillotson and Aikens Road Clearing and Grubbing
Infrastructure, Alteration
Post-Bid
$350,000 to $500,000 est. value

Last Updated 10/27/2022 06:03 PM
Project Title

New Administration, Emergency Operations and Warehouse Building, Camp Beauregard - Louisiana Engineering Selection Board

Physical Address View project details and contacts
City, State (County) Pineville, LA 71360   (Rapides County)
Category(s) Government/Public, Heavy and Highway, Industrial/Manufacturing
Sub-Category(s) Industrial Warehouse, Military Facility, Site Development
Contracting Method Competitive Bids
Project Status Design Development, Request for Qualifications, Construction start expected May 2023
Bids Due View project details and contacts
Estimated Value $3,360,000 [brand] Estimate
Plans Available from State Agency
Owner View project details and contacts
Architect View project details and contacts
Description

As of October 27, 2022, an architect has been selected and this project is in the design phase. Although a firm timeline for construction has not been determined, construction is not expected to start prior to May 2023. *The closed solicitation has been included below for reference: Applications shall be submitted on the standard LSB - 1 (September 2019 edition) only, with no additional pages attached. Please be sure to use an up-to-date copy of the form. These forms are available at the selection board office and on the Facility Planning & Control website. Do not attach any additional pages to this application. Applications with attachments in addition to the pre-numbered sheets or otherwise not following this format will be discarded. One fully completed signed copy of each application shall be submitted. The copy may be printed and mailed or printed and delivered or scanned in PDF format and e-mailed. Printed submittals shall not be bound or stapled. E-mailed PDF copies, as well as printed copies, shall be received by Facility Planning & Control within the deadline stated above. The date and time the e-mail is received in the Microsoft Outlook Inbox at Facility Planning & Control shall govern compliance with the deadline for e-mailed applications. Timely delivery by whatever means is strictly the responsibility of the applicant. By e-mailing an application the applicant assumes full responsibility for timely electronic delivery. DO NOT submit both printed and e-mail copies. Any application submitted by both means will be discarded. New Administration, Emergency Operations and Warehouse Building, Camp Beauregard, Pineville, Louisiana, Project No. LA22-A-027. This project consists of two new buildings at Camp Beauregard in Pineville: an Administration and Emergency Operations building (Phase I) and a Warehouse building (Phase II). Phase I is approximately 8,857 s.f. and is envisioned as a new single story structure on concrete slab with approximately 20 office spaces, an emergency operations/ conference room with communications-information systems, kitchen with break area, latrines with showers, file storage area, accessory spaces, etc., with full mechanical, electrical and plumbing. Phase I shall have separate entrances and be designed with appropriate security levels and the ability to sustain extended Emergency Response Operations. The project includes associated outside support structures: parking, lighting, utilities infrastructure, back-up generator(s), etc. Designer shall follow design standards as applicable: State of Louisiana Facility Design Guidelines, Louisiana National Guard Guiding Principles, Camp Beauregard Installation Guidelines and National Guard regulations, ADA-AG, Life Safety Code, applicable building codes, appropriate LEED rating, etc., and be consistent with Camp Beauregards building aesthetic standards. Design includes all investigative site surveys: topographic, geotechnical, utilities and other investigations deemed necessary. Investigative services may be authorized as an increase to the Designers fee. Project must be completely designed and ready to bid not later than November 15, 2022. The funds Available for Construction (AFC) of Phase I is approximately $3,360,000.00 with a Designers fee of approximately $254,061.00. Phase II may be awarded by amendment to Designers contract, subject to the availability of funding. The Designer shall prepare and submit all required drawings to the Military in AutoCAD and hard copy. Drawings shall follow the format specified in the Instructions to Designers for AutoCAD Drawings Submittal. Contract design time is 150 consecutive calendar days; including 50 days review time. Thereafter, liquidated damages in the amount of $500.00 per day will be assessed. Further information is available from Colonel (Ret) Michael Deville, Military, michael.p.deville.nfg@mail.mil, (318)641-5909. GENERAL REQUIREMENTS APPLICABLE TO ALL PROJECTS: Applicants are advised that design time ends when the Documents are complete, coordinated and ready for bid as stated in to Article 3.3.1 (4) of the Capital Improvements Projects Procedure Manual for Design and Construction. Documents will be considered to be complete, coordinated and ready for bid only if the advertisement for bid can be issued with no further corrections to the Documents. Design time will not necessarily end at the receipt of the initial Construction Documents Phase submittal by Facility Planning and Control. Any re-submittals required to complete the documents will be included in the design time. In addition to the statutory requirements, professional liability insurance covering the work involved will be required in an amount specified in the following schedule. This will be required at the time the Designers contract is signed. Proof of coverage will be required at that time. SCHEDULE LIMITS OF PROFESSIONAL LIABILITY Construction Cost $0 to $10,000,000 $10,000,001 to $20,000,000 $20,000,001 to $50,000,000 $3,000,000 Over $50,000,000 Limit of Liability $1,000.000 $1,500,000 $3,000,000 To be determined by Owner Applicant firms should be familiar with the above stated requirements prior to application. The firm(s) selected for the project(s) will be required to sign the states standard Contract Between Owner and Designer. When these projects are financed either partially or entirely with Bonds, the award of the contract is contingent upon the sale of bonds or the issuance of a line of credit by the State Bond Commission. The State shall incur no obligation to the Designer until the Contract Between Owner and Designer is fully executed. Firms will be expected to have all the expertise necessary to provide all architectural services required by the Louisiana Capital Improvement Projects Procedure Manual for Design and Construction for the projects for which they are applying. Unless indicated otherwise in the project description, there will be no additional fee for consultants. Facility Planning and Control is a participant in the Small Entrepreneurship Program (the Hudson Initiative) and applicants are encouraged to consider participation. Information is available from the Office of Facility Planning and Control or on its website. ANY PERSON REQUIRING SPECIAL ACCOMMODATIONS SHALL NOTIFY FACILITY PLANNING AND CONTROL OF THE TYPE(S) OF ACCOMMODATION REQUIRED NOT LESS THAN SEVEN (7) DAYS BEFORE THE SELECTION BOARD MEETING. The tentative meeting date for the Louisiana Architectural Selection Board is Wednesday, May 18, 2022 at 10:00:00 AM in room 1-100 Louisiana Purchase Room of the Claiborne Building, 1201 North Third Street, Baton Rouge, LA 70802.

Details

Division 03 - Concrete, Concrete Forming, Cast-in-Place Concrete, Precast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry, Architectural Woodwork.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Protection, Thermal Insulation, Weather Barriers.
Division 08 - Openings, Doors and Frames, Metal Doors and Frames, Wood Doors, Plastic Doors, Specialty Doors and Frames, Coiling Doors and Grilles, Entrances and Storefronts, Curtain Wall and Glazed Assemblies, Windows, Hardware.
Division 09 - Finishes, Plaster and Gypsum Board, Tiling, Acoustical Ceilings, Flooring, Resilient Flooring, Carpeting, Acoustic Treatment, Painting.
Division 10 - Specialties, Visual Display Units, Signage, Compartments and Cubicles, Toilet Compartments, Partitions, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers, Storage Assemblies, Flagpoles.
Division 11 - Equipment, Loading Dock Equipment, Loading Dock Bumpers, Stationary Loading Dock Equipment, Portable Dock Equipment, Loading Dock Lights.
Division 12 - Furnishings, Window Treatments, Casework, Office Furniture, Multiple Seating.
Division 21 - Fire Suppression, Instrumentation and Control for Fire-Suppression Systems, Fire-Suppression Sprinkler Systems.
Division 22 - Plumbing, Instrumentation and Control for Plumbing, Facility Water Distribution, Facility Sanitary Sewerage, Facility Storm Drainage, Plumbing Equipment, Plumbing Fixtures.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Piping and Pumps, HVAC Air Distribution.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting, Lighting Poles and Standards, Parking Lighting, Flood Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications.
Division 28 - Electronic Safety and Security, Electronic Access Control and Intrusion Detection, Fire Detection and Alarm.
Division 31 - Earthwork, Site Clearing, Clearing and Grubbing, Grading, Soil Treatment.
Division 32 - Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways, Paving Specialties, Pavement Markings, Fences and Gates, Screening Devices, Planting Irrigation, Turf and Grasses.
Division 33 - Utilities, Water Utilities, Sanitary Sewerage Utilities, Storm Drainage Utilities.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents