Similar Projects
Weapons Generation Facility B Early Start Site
New Construction
Design
$25,000,000 to $100,000,000 est. value
Barksdale AFB, LA 71110

Fort Polk UEPH (Barracks)
New Construction
Design
$25,000,000 to $100,000,000 est. value
Fort Polk, LA

Weapons Generation Facility at Barksdale Air Force Base
New Construction, Infrastructure - 168,000 SF
Bidding
$250,000,000 CJ est. value
Barksdale AFB, LA 71110

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

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

Renovate and Expand CATH Lab Services
Renovation
Construction
$7,979,468 CJ est. value
Shreveport, LA 71101

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

FY21 SRM 81st RD Reset, New Orleans, LA (LA019)
Renovation
Results
$1,000,000 to $5,000,000 est. value
New Orleans, LA

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

Colfax Readiness Center Motor Pool Expansion
New Construction, Infrastructure
Results
Colfax, LA

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

New Wildland Fire Building
New Construction
Results
Pineville, LA

New Wildland Fire Building
New Construction
Post-Bid
Minden, LA 71055

Last Updated 10/27/2022 06:02 PM
Project Title

Latrine Upgrades, Shreveport Readiness Center - LA Department of Administration

Physical Address View project details and contacts
City, State (County) Shreveport, LA 71107   (Caddo County)
Category(s) Government/Public
Sub-Category(s) Military Facility
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 $43,000 [brand] Estimate
Plans Available from Agency's Affiliate
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: Latrine Upgrades, Shreveport Readiness Center, Shreveport, Louisiana. This project consists of alterations to the existing latrine and shower facilities at the Shreveport Readiness Center. Scope of work includes, but is not limited to, renovation of the existing male latrine and shower room and a first floor addition of approximately 900 s.f. for a female latrine and shower room. The renovation will include upgrades to all existing finished, plumbing and lighting fixtures, partitions, infrastructure, etc. as required. New construction will include all interior and exterior finishes, structure, MEP, fixtures, accessories, etc. as required for a full functional and code compliant facility. Design of both the renovations and new construction shall follow the Design Guide (DG) 415-1, DG 415-5, Louisiana National Guard Guiding Principles and National Guard Pam 415-12, ADA-AG, Life Safety Code and all applicable federal, state and local building codes. The design will include all investigative site surveys: topographic, geotechnical, utility survey, drainage and other investigations as required. Investigative services may be authorized as an increase to the Designers fee. The funds Available for construction (AFC) are approximately $43,000.00 with a Designers fee of approximately $38,427.00. At this time, approximately $24,977.00 is available for complete Title 1 services and the $13,450.00 balance for Title II may be awarded by amendment to the 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 120 consecutive calendar days; including 40 days review time. Thereafter, liquidated damages in the amount of $125.00 per day will be assessed. 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. 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 The method of Contractor Selection has not been Determined at this time.

Details

Division 03 - Concrete, 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 Insulation, Weather Barriers.
Division 08 - Openings, Metal Doors and Frames, Wood Doors, Plastic Doors, Specialty Doors and Frames, 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 12 - Furnishings, Window Treatments, Casework, Office Furniture, Multiple Seating.
Division 21 - Fire Suppression, Fire-Suppression Sprinkler Systems.
Division 22 - 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.
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, Grading, Soil Treatment.
Division 32 - Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways, 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