Similar Projects
LA 104: 2.5 Mi NW US 190 - US 190
Infrastructure
Design
$5,000,000 CJ est. value
Opelousas, LA 70570

LA 104: 2.5 Mi NW US 190 - US 190
Infrastructure
Design
$5,000,000 CJ est. value
Opelousas, LA 70570

Parking Lot Improvements
Infrastructure
Post-Bid
Opelousas, LA 70570

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

Dr 4263 Pw 910 Paved Roads - Task Order No. 4
Infrastructure
Results
$4,500,000 est. value

LA 13: LA 91 - Evangeline P/L
Infrastructure
Results
$2,500,000 to $5,000,000 est. value

Grand Prairie Safety Rest Area Lighting
Infrastructure
Design
$500,000 CJ est. value
Opelousas, LA 70570

Rehabilitation of several existing roads in Washington Parish
Infrastructure
Post-Bid

2022 District 12, 13, 14 Road Improvements
Infrastructure
Results
$1,366,416 est. value

LA 182 : Lafayette P/L - LA 754
Infrastructure
Design
$5,000,000 CJ est. value
Opelousas, LA 70570

Saint Landry Parish Ag Arena Addition
Addition
Post-Bid
Opelousas, LA

2022 District 7, 9 Road Improvements
Infrastructure
Results
$1,797,697 est. value

Rental Car Lot Improvements - Phase 1
Alteration
Post-Bid

Parish Wide Road Improvements (Phase 6)
Infrastructure
Results
$400,000 est. value
Opelousas, LA

RFQ Design - St. Landry Parish School Board ESSER III Projects
New Construction, Infrastructure
Post-Bid
$7,018,440 CJ est. value
Opelousas, LA 70570

Last Updated 03/01/2023 03:37 AM
Project Title

Grand Coteau Park Improvements

Physical Address View project details and contacts
City, State (County) Grand Coteau, LA 70541   (Saint Landry County)
Category(s) Entertainment/Recreation, Heavy and Highway
Sub-Category(s) Misc. Recreational, Paving/Reconstruction, Sidewalks/Parking Lot, Site Development
Contracting Method Competitive Bids
Project Status Contract Award, Construction start expected March 2023
Bids Due View project details and contacts
Estimated Value $160,245 [brand] Estimate
Plans Available from Civil Engineer
Owner View project details and contacts
Architect View project details and contacts
Description

As of February 28, 2023, project was awarded to Garden City Construction Co., Inc., awarded amount is $160,245.38. This Project Shall Consist of Furnishing and Installing Approximately 1,140' of 6' Wide Concrete Walking Path, Bathroom Facility Improvements, and Associated Work. No Pre-Bid Conference will be held on this project. Only the bids of Prime Contractors licensed under Louisiana Contractor's Licensing Law under Chapter 24 of Title 37 of the Louisiana Revised Statutes will be considered for bids exceeding $50,000.00. Should the bid exceed $50,000.00, contractors desiring to bid shall hold license of proper classification under "Heavy Construction" in full force and effect at the time drawings, specifications, and forms are requested from the office of the Engineers. The Contractor shall obtain, maintain during the life of the project, and provide to the Owner copies of the following bonds and policies which shall be obtained from surety companies, which appear on the U.S. Treasury Circular 570, licensed to do business in the State of Louisiana, in the amounts and for the purpose stated, and subject to the Owner's approval: 1. Bid Bond: A "Bid Guarantee" equivalent to 5% of the bid price consisting of a firm commitment, such as a bid bond, certified check, cashier's check, money order, or other negotiable instrument shall accompany each bid as assurance that the bidder will, upon acceptance of his bid, execute such contractual documents as may be required and within the time specified. 2. Performance Bond: A performance bond of not less than 100% of the contract price shall be executed to assure the Contractor's faithful performance of the contract. 3. Payment Bond: A payment bond of not less than 100% of the contract price shall be executed to assure payment as required by law of all persons supplying labor and material in the performance of the work provided by the contract. The project is receiving construction grant assistance from the Louisiana Division of Administration, LCDBG Program. Prospective bidders are advised that technical assistance with forms is available from the Office of Community Development, telephone number (225) 342-7412, Louisiana Division of Administration, Claiborne Building, Baton Rouge, Louisiana. The attention of Bidders is called particularly to the requirements for conditions of employment to be observed and minimum wage rates to be paid under the Contract, Section 3, Segregated Facilities, Executive Order 11246, and all applicable laws and regulations of the Federal government and State of Louisiana and bonding and insurance requirements. All contractors and subcontractors will be required to comply with the Title VI of the Civil Rights Act of 1964, the Davis-Bacon Act pertaining to the minimum wage rates, the Anti-Kickback Act, the Contract Work Hours Standards Act, the Local Public Works Payroll Evaluation Program and new Section 3 requirements. The prime contractor and all subcontractors must have an active SAM Unique Entity ID (UEI) number and an active SAM Cage Code number prior to beginning construction and throughout the term of the contract. All contractors and subcontractors will be required to certify that they do not and will not maintain or provide for their employees any facilities that are segregated on a basis of race, color, creed, or national origin. Minority, female-owned, and Section 3 firms are encouraged to submit bids. 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. No bidder may withdraw his/her bid within forty-five (45) days after the actual date of the opening thereof. Any person with disabilities requiring special accommodations must contact the Owner no later than 7-days prior to bid opening. In particular, bidders should note the required attachments and certifications to be executed and submitted with the bid proposal.

Details

Division 03 - Concrete, Concrete Forming and Accessories, Cast-in-Place Concrete.
Division 04 - Masonry, Unit Masonry.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry, Millwork.
Division 07 - Thermal and Moisture Protection, Dampproofing, Thermal Protection, Weather Barriers.
Division 08 - Openings, Entrances, Windows.
Division 09 - Finishes, Plaster and Gypsum Board, Ceilings, Flooring, Carpeting, Painting and Coating, Painting.
Division 12 - Furnishings.
Division 21 - Fire Suppression.
Division 22 - Plumbing.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC).
Division 26 - Electrical.
Division 27 - Communications.
Division 28 - Electronic Safety and Security.
Division 31 - Earthwork, Earthwork Methods.
Division 32 - Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways.
Division 33 - 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