Similar Projects
Amite Solar Project
New Construction, Infrastructure
Conception
$100,000,000 CJ est. value
Tangipahoa, LA 70465

West Shore Lake Pontchartrain Site Preparation & Sand Placement Contract # 2
Term Contract
Design
$5,000,000 to $10,000,000 est. value
Ponchatoula, LA 70454

LA 1063: Glendale Dr - US 51 Drainage
Infrastructure
Design
$250,000 CJ est. value
Independence, LA 70443

D. Vickers Hall Renovations and Addition
Addition, Demolition, Renovation, Infrastructure
Bidding
$21,000,000 CJ est. value
Hammond, LA 70402

Lift Station Improvements [FY2023]
Infrastructure, Renovation
Bidding
$625,000 CJ est. value
Hammond, LA 70401

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

Construction of Landfill Cell 15 Tangipahoa Parish Regional Solid Waste Facility
Infrastructure
Post-Bid
$1,600,000 CJ est. value
Amite, LA 70422

Contract B Elevated Water Tank LA40 West
Renovation, Infrastructure
Results
$2,195,950 CJ est. value
Hammond, LA 70401

Water System Improvements
Infrastructure
Construction
$1,617,000 CJ est. value
Hammond, LA 70401

Windgate Apartments III
New Construction, Infrastructure
Pending Verification
$6,000,000 CJ est. value
Hammond, LA 70401

Mably's Place
New Construction, Infrastructure
Pending Verification
$2,000,000 CJ est. value
Amite, LA 70422

La 22: US 51 - Dunson Rd
Infrastructure
Design
$100,000 CJ est. value
Ponchatoula, LA 70454

Bedico Regional WWTP Improvements
Renovation
Bidding
$3,236,375 CJ est. value
Hammond, LA 70401

Southwest Railroad Parking Mall (300 Block)
Infrastructure
Post-Bid
$176,000 CJ est. value
Hammond, LA 70401

Dollar General / Tangipahoa Parish
New Construction, Infrastructure
Pending Verification
$400,000 CJ est. value
Amite, LA 70422

Last Updated 02/28/2023 03:43 PM
Project Title

FY 2021 LCDBG Program Water System Improvements Project

Physical Address View project details and contacts
City, State (County) Roseland, LA 70456   (Tangipahoa County)
Category(s) Heavy and Highway, Sewer and Water
Sub-Category(s) Sewage Treatment Plant, Site Development
Contracting Method Competitive Bids
Project Status Bidding, Construction start expected March 2023
Bids Due View project details and contacts
Estimated Value $325,500 [brand] Estimate
Plans Available from Civil Engineer
Owner View project details and contacts
Architect View project details and contacts
Description

The Town of Roseland (herein referred to as the "Owner") hereby solicits sealed bids for the FY 2021 LCDBG Program Water System Improvements STATEMENT OF WORK: Improvements to the water system including new chlorination shelter and system, new control shelter, new emergency electric generator, new electrical controls and appurtenance. PEC Project No. 11664.05 The Owner has chosen the method of plan distribution to be via hard copies of the plans and specifications pursuant to LA R.S. 38:2212 as available through the office of the Engineer. The Instructions to Bidders, Bid Form, Contract, Plans, Specifications, and Forms of Bid Bond, Performance Bond and Payment Bond, and other bidding documents may be examined at the Office of the Engineer for the contract; Professional Engineering Consultants Corp. located at 7600 Innovation Park Drive, Baton Rouge, La 70820; (225-769-2810). Copies shall be obtained at this office upon payment of a deposit of $150.00. This deposit will be refunded upon request in accordance with R.S. 38:2212. Validation of the Contractors license and classifications will be made prior to release of bid documents. Contractors submitting bids shall be licensed under LA R.S. 37:2150-2164, Municipal and Public Works, and must be active on sam.gov before beginning construction. Other license classifications may, at the option of the Owner, be considered based upon a thorough review of the Contractors past experience. The bidder shall show his license number on the bid and on the sealed envelope submitting the bid. Each bidder must have an active Unique Entity ID (UEI) number, as verified , prior to the beginning of construction. See Section 00900-Special Conditions for additional instructions. 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. In accordance with R.S. 38:2212 (A)(1)(b), the provisions and requirements stated in the Bidding Documents shall not be waived by any entity. Each Bidder must deposit with his/her bid, security in the amount of at least five percent (5%) of the total bid price, provided on the specified form and subject to the conditions provided in the Information for Bidders. Sureties used for obtaining bonds must appear as acceptable on the U. S. Department of Treasury Circular 570. No bidder may withdraw his/her bid within forty-five (45) days after the actual date of the opening thereof. Attention to Bidders is particularly called to the requirements as to conditions of employment to be observed and minimum wage rates to be paid under the Contract, Section 3, Segregated Facilities, Section 109, Executive Order 11246, and all applicable laws and regulations of the Federal Government and State of Louisiana and bonding and insurance requirements. Any person with disabilities requiring special accommodations must contact the Town of Roseland no later than seven (7) days prior to bid opening. IN PARTICULAR, BIDDERS SHOULD NOTE THE REQUIRED ATTACHMENTS AND CERTIFICATIONS TO BE EXECUTED AND SUBMITTED POST-BID. ALSO, MINORITY, FEMALE OWNED AND SECTION 3 (PARISH/LOCAL) CONTRACTING FIRMS ARE ENCOURAGED TO SUBMIT BIDS.

Details

Division 02 - Existing Conditions, Subsurface Investigation.
Division 03 - Concrete, Precast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing, Metal Fabrications.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Protection.
Division 08 - Openings, Doors and Frames, Windows, Hardware.
Division 09 - Finishes, Painting and Coating.
Division 10 - Specialties, Signage, Compartments and Cubicles, Emergency Aid Specialties, Fire Protection Specialties, Storage Assemblies.
Division 11 - Equipment, Laboratory Equipment.
Division 14 - Conveying Equipment.
Division 21 - Fire Suppression, Fire-Extinguishing Systems.
Division 22 - Plumbing, Instrumentation and Control for Plumbing, Plumbing Piping, Plumbing Equipment, Plumbing Fixtures.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Air Distribution.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications, Distributed Audio-Video Communications Systems.
Division 28 - Electronic Safety and Security, Electronic Access Control and Intrusion Detection, Access Control, Intrusion Detection, Electronic Surveillance, Electronic Detection and Alarm.
Division 31 - Earthwork, Earthwork Methods.
Division 32 - Exterior Improvements, Flexible Paving, Rigid Paving, Curbs, Gutters, Sidewalks, and Driveways, Fences and Gates, Turf and Grasses.
Division 33 - Utilities, Water Utilities, Storm Drainage Utilities, Electrical Utilities, Communications Utilities.
Division 44 - Pollution and Waste Control Equipment, Common Work Results for Pollution and Waste Control Equipment, Air Pollution Control, Noise Pollution Control, Odor Control, Water Pollution Control Equipment, Solid Waste Control and Reuse, Waste Thermal Processing Equipment, Fluidized Bed Combustion Equipment, Rotary Kiln Incinerators, Pyrolysis Equipment, Hazardous Waste and Medical Waste Incinerators, Heat Recovery Equipment for Waste Thermal Processing, Synthesis Gas Cleanup and Handling Equipment.

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