Similar Projects
Grit Screen and Refinishing of Wood Floors
Term Contract
Sub-Bidding
Natchitoches, LA 71457

Ready Mix Concrete
Term Contract
Sub-Bidding
Alexandria, LA 71301

Various Materials 2022 - Cement Portland
Term Contract
Post-Bid
LA

Precast Span and Cap
Alteration
Post-Bid
Baton Rouge, LA 70802

Butte Larose SRA Renovations
Alteration
Results
$50,000 to $100,000 est. value
LA

City-Wide Concrete Street Rehabilitation 2021 Phase 1
Alteration
Results
Lafayette, LA

Two Year Contract for Eastbank Concrete Maintenance for the Jefferson
Term Contract
Sub-Bidding
Gretna, LA 70053

Dumpster Pad
Alteration
Post-Bid
LA

Alphonse Forbes Road Over Sandy Creek Bridge Replacement
Renovation, Infrastructure, Alteration
Results
$1,500,000 est. value
Baton Rouge, LA

Concrete for CRT
Alteration
Post-Bid
Lake Charles, LA 70611

Summerfield Park - Restroom Facilities
New Construction, Infrastructure, Alteration
Results
Houma, LA

Greek Plots
New Construction
Post-Bid
$500,000 to $1,000,000 est. value
New Orleans, LA 70122

Concrete for DOC
Alteration
Results
Angola, LA

3" Concrete Coring to Install Termite Bait Stations
Alteration
Post-Bid
New Orleans, LA

Valencia Spray Park
New Construction, Infrastructure
Results
$198,500 CJ est. value
Shreveport, LA 71101

Last Updated 04/25/2023 03:28 PM
Project Title

Hurricane Repairs to Erath High School

Physical Address View project details and contacts
City, State (County) Erath, LA 70533   (Vermilion County)
Category(s) Single Trades
Sub-Category(s) Concrete
Contracting Method Competitive Bids
Project Status Bidding, Construction start expected May 2023
Bids Due View project details and contacts
Estimated Value $3,500,000 [brand] Estimate
Plans Available from County Agency
Owner View project details and contacts
Architect View project details and contacts
Description

The work generally consists of miscellaneous hurricane exterior and interior repairs and roof replacement to various multiple buildings (including complete roof removal, deck replacement, new roofing insulation, sheet metal flashings, gutters, downspouts, metal edge flashing/fascias, metal soffits and HVAC curb re-flashing/replacement), repairs to electrical, plumbing and roof gas lines and other noted mechanical and electrical components. Existing ro The Scope of Work for the Base Bid for the project shall include all work as specified herein and as indicated and/or implied on the complete set of Bid Documents dated March 30, 2023. The work generally includes roof system replacements (in compliance with IBC 2021 for wind uplift), interior and exterior repairs, rooftop electrical system repairs, and rooftop mechanical system repairs. The project consists of work across multiple buildings at the Erath High School campus including, but not limited to, the Main School Building, the Modular Classroom Buildings, the Wood and Metal Shop Buildings, a portion of the Old Middle School Gymnasium, and the High School Gymnasium. Also included in the Base Bid of the project is the Weight Room Building, the VPSB Maintenance Building, the Concessions, and the Field House Buildings, as well as the replacement of the rubberized athletic field track and other rubberized areas as noted on the drawings. The Ross Granger Baseball/Softball Field (located approximately 2 miles from the Erath High School site) is included in the Base Bid Scope of Work with repair work at several buildings as indicated in the Bid Documents. Contractor shall note that all work of this Project is not located on the main school campus but also at two other sites. Roof replacement Scope of Work includes new wind-rated low-sloped modified-bitumen roof systems and new shingle roofing all installed on existing roof decks to be stripped to the existing roof decking. New metal roof systems are to be installed on the existing modular Classroom Buildings. Other existing metal roof and canopy systems are to be repaired, with some existing metal roof to have an acrylic coating applied as noted on the Bid Documents. Portions of existing damaged roof decking shall be replaced as indicated in the Bid Documents. New pre-finished metal flashing, fascia, soffits, and replacement gutters and downspouts are included in this project as well. All roofing work shall meet the wind uplift requirements of IBC 2021. Other architectural interior and exterior Scope of Work repairs include selected ceiling tile and finish ceiling material replacement, interior wall repair, some interior and exterior painting, and other items as indicated on the complete set of Bid Documents. Also included are repairs, repointing, cleaning and waterproofing of the existing exterior masonry at the Old Gymnasium Building. Work shall also include repairs to masonry at the Main School Building and other structures as noted on the drawings. Electrical Scope of Work items include, but are not limited lo the disconnection, replacement and reconnection of electrical power conduits, service panels, and replacement of the existing rooftop electrical panel steel support frames. Mechanical (and plumbing) Scope of Work items include replacement and reconnection of gas lines, repainting of all gas line piping, repairs to damaged rooftop HVAC units, elevation of rooftop HVAC unit curbs, replacement of existing ductwork and vents. etc. and other various mechanical repair work as noted on the Bid Documents. The Scope of Work shall also include all work required to repair the existing Greenhouse structure as noted on the drawings and in the Project Manual. Plan holders are responsible for their own reproduction costs. No Deposit will be collected for the drawings or will money returned to unsuccessful bidders to reimburse the expense of purchasing plans. Partial sets will not be distributed by City Blueprint. Questions about this procedure shall be directed to City Blueprint and Supply Co.. 1904 Poydras Street, New Orleans. LA 70112. Phone: 504-522-0387, Fax: 504-522-2542 Email: planroom@cityblueprint.com. Each quotation shall be accompanied by a certified check, cashier's check, or bid bond payable to the Owner, the amount of which shall be five percent (5%) of the total amount bid. If a bid bond is used, it shall be written by a surety or insurance company currently on the U. S. Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the Federal Register or by a Louisiana domiciled insurance company with a least an A- Rating in the latest printing of the A.M. Best's Key Rating Guide to write individual bonds up to ten percent of policyholders surplus as shown in the A.M. Bests Key Rating Guide. The bid bond shall be issued by a company licensed to do business in Louisiana and countersigned by a person who is under contract with the surety company or bond issuer as a licensed agent in this state. Bid Bonds shall be accompanied by a Power of Attorney as described in the instructions to Bidders Section of the Specifications. The certified check, cashiers check or bid bond shall be given as a guarantee that the bidder shall execute the contract, should it be awarded to him, in conformity with the contract documents. Contractors or contracting firms submitting bids in the amount of $50,000.00 or more shall certify that they are licensed contractors under Title 37 of the Louisiana Revised Statutes (LA. R.S. 37:2150-2192) for the classification of BUILDING CONSTRUCTION and show their license number on the front of the sealed envelope in which their bid is enclosed. Bids in the amount of $50,000.00 or more, not submitted in accordance with this requirement, shall be rejected and shall not be read. If the contract price is less than $50,000.00, the Contractor need not be licensed. Any bid submitted that does not require the contractor to hold a license shall state the exemption on the bid envelope. Additional information relative to the licensing may be obtained from the Louisiana State Licensing Board for Contractors. Baton Rouge, Louisiana. Bidder is required to comply with provisions and requirements in accordance with LA. R. S. 38:2212(8)5. No bid may be withdrawn for a period of forty-five ( 45) days after receipt of bids, except under the provisions of LA. R.S. 38:2214. Each bid shall be submitted only on the Bid Form included in the Specifications. The successful Contractor will be required to execute Performance and Labor and Material Payment Bonds in the full amount of the contract as more fully defined in the bid documents. Qualified Small Business Enterprises, Minority-Owned Business Enterprises, Women-Owned Business Enterprises and Labor Surplus Area Firms are encouraged to submit bids as Prime (General) and/or Subcontractors for this project. The Attention to Bidders is called to particular requirements and conditions of employment to be observed including but not particularly limited to: Executive Order (EO) 11246, Equal Employment Opportunity (EEO): the Copeland Anti-Kickback Act; Sections 103 and 107 of the Contract Work Hours and Safety Standards Act; Section 306 of the Clean Air Act; Section 508 of the Clean Water Act; Executive Order 11738 and Environmental Protection Act (EPA) Regulations, 40 CFR 15. The Owner reserves the right to reject any and all quotations or any portions thereof for just cause. In accordance with LA R. S. 38:22 I 2(8)( I), the provisions and requirements of this Section, those stated in the invitation to bids, and those required on the bid form shall not be considered as informalities and shall not be waived by any public entity. Any person with disabilities requiring special accommodations must contact Vermilion Parish School Board Administrative Offices no later than seven (7) days prior to bid opening. Vermilion Parish School Board.

Details

Division 03 - Concrete, Cast-in-Place Concrete.

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