City of Lake Charles
326 Pujo Street, Lake Charles, LA 70601
(337) 491-1263
326 Pujo Street, Lake Charles, LA 70601
(337) 491-1263
Name * | Description | |
---|---|---|
Number | Deadline |
---|---|
Project No. 2024-746 Capital Project No. 3502
City of Lake Charles, Louisiana
Project No. 2024-746
Capital Project No. 3502
Kirby and Hodges Street Sidewalk Repairs
The general scope of work for this project includes the removal of hard surface pavement and installation of 4” plain concrete for sidewalks and 6” reinforced concrete for driveways or sidewalks (5.8 sack), together with 2-foot wide concrete curb and gutter and all necessary work for a complete project.
| 07/01/2025 07:45 PM UTC |
Number | Deadline |
---|---|
CP 3363
City of Lake Charles, Louisiana
HODGES ST., 1ST ST., 4THST., 8THST., & LILES LN. PIPE BURSTING
CP 3363
PART 1 GENERAL
1.01 LOCATION OF WORK
A. All of the Work detailed in this Contract will be performed within the boundaries of the existing easements and rights-of-way of the City of Lake Charles, Louisiana.
1.02 GENERAL
A. The Contractor shall furnish all labor, materials, equipment, services, and incidentals to complete all work required by these Specifications and as shown on the Drawings.
B. The Contractor shall perform the Work complete, in place, and ready for continuous service, and shall include repairs, testing, cleanup, replacements, and restoration required as a result of damages caused during this construction.
C. The Contractor shall furnish and install all materials which are reasonably and properly inferable and necessary for the proper completion of the Work, whether specifically indicated in the Contract Documents or not.
D. The Contractor shall comply with all municipal, parish, state, federal, and other codes which are applicable to the proposed construction work.
E. Excavations shall not remain open overnight, without the permission of the Engineer and/or Owner.
1.03 SCOPE OF WORK
A. The Contractor shall furnish all labor, materials, equipment, tools, services, supervision and incidentals required to complete the work as shown on the Drawings and specified herein.
B. The Work includes, but is not necessarily limited to, the following:
• Repair and/or replacement of gravity sewer mains and laterals by pipe bursting and/or point repair.
• CCTV inspection of gravity sewer mains.
• Repair and/or replacement of sewer manholes.
C. Any part or item of the Work which is reasonably implied or normally required to make each installation satisfactorily and completely operable shall be performed by the Contractor and the expense thereof shall be included in the applicable unit prices or lump sum prices bid for the various items of Work. It is the intent of the Contract Documents to provide the Owner with complete operable systems, subsystems, and other items of Work. All miscellaneous appurtenances and other items or Work that are incidental to meeting the intent of these Contract Documents shall be considered as having been included in the applicable unit prices or lump sum prices bid for the various items of Work even though these appurtenances and items may not be specifically called for in the Specifications or shown on the Drawings.
D. The Contractor shall comply with all City, State, Federal and other codes which are applicable to the proposed work.
1.04 WORK SEQUENCE
A. Construct work in stages to accommodate the use of the premises during the construction period; coordinate the construction schedule and operations with the Engineer and other utility owners.
1.05 CONTRACTOR'S USE OF PREMISES
A. Coordinate use of premises with the Owner.
B. Contractor shall assume full responsibility for security of all materials and equipment stored on the site under this Contract, including those items salvaged and stored by Contractor for later delivery to Owner.
C. If directed by the Owner, move any stored items, which interfere with operations of Owner.
D. Obtain and pay for use of additional storage or work areas if needed to perform the Work.
1.06 DRAWINGS AND SPECIFICATIONS
A. All work called for in the Specifications applicable to the Contract but not shown on the Drawings in their present form or vice versa shall be of like effect as if shown or mentioned in both. Work not specified in either the Drawings or in the Specifications but involved in carrying out their intent or in the complete and proper execution of the work is required and shall be performed by the Contractor as though it were specifically delineated or described.
B. The apparent silence of the Specifications as to any detail, or the apparent omission from them of a detailed description concerning any work to be done and materials to be furnished, shall be regarded as meaning that only the best general practice is to prevail and that only material and workmanship of the best quality is to be used, and any interpretation of these Specifications shall be made upon that basis.
PART 2 PRODUCTS (NONE THIS SECTION)
PART 3 EXECUTION (NONE THIS SECTION)
END OF SECTION
| 10/06/2020 07:45 PM UTC |
RFQ #2020-34
Request for Qualifications for Designer Services in Response to Hurricane Laura
| 09/29/2020 07:45 PM UTC |
RFQ #2020-33
Request for Qualifications for Emergency Traffic Control Device Monitoring Services
| 09/18/2020 07:45 PM UTC |
Project No. CP9778
City of Lake Charles, Louisiana
Rosa Hart Theatre Repair (REBID)
Capital Project Number CP 9778
A. Work shall be completed in the time frame as noted in the Section 1 documents.
B. Work under this section shall include the furnishing of all labor, materials, tools, transportation, services, and supervision necessary to complete the installation of the Stage Rigging System, and other items as herein listed, all as described in these specifications, as illustrated on the drawings, and as directed by the Owner’s Consultant. Any question as to the installation of equipment should be cleared with the Owner’s Consultant prior to installation. Work is comprised of, but not limited to, the following principal items:
1. Verification of dimensions and conditions at the job site,
a. Prior to the beginning of work:
2. Demolition and proper disposal of existing equipment being replaced including but not limited to:
a. Loft blocks
b. Headblocks
c. Floor tension blocks
d. Mule blocks
e. Wire rope
f. Battens
g. Arbors
h. Hardware
i. T-bar guide track
j. Locking rail
k. Fire curtain. Coordination only. Demolition work to be by separate Asbestos removal Contractor.
3. Replace existing linesets with new linesets including but not limited to:
a. Loft blocks
b. Head blocks
c. Floor tension blocks
d. Mule blocks
e. Wire rope
f. Battens
g. Arbors
h. T-bar guide track
i. Hardware
j. Operating rope
k. Fire Curtain
l. Repair Austrian drape to working order.
4. The rigging wall support structure for the support of the T-bar (or J-bar) arbor guide tracks is to be re-used to support the new arbor guide tracks. Connection hardware will need to accommodate to the existing support structure.
5. New locking rail
6. Counterweight (existing counterweight may be re-used if possible.)
7. Batten extensions
8. Hardware, chain, blocks, etc.,
9. Sag bars
10. Remove and re-attach stage lighting cable and plug strip for six electric’s battens. Provide adequate attachment device and kellums grips for attachment of cable to batten. Cable management will function in a similar manner to existing cable management at the stage right end of the batten.
11. Remove draperies, tracks and other items from linesets and store. Re-install draperies, tracks and other items at end of project.
12. Replace fire safety curtain with new fire safety curtain and hardware..
a. Motorized line shaft hoist and control system.
13. Wire, conduit, junction boxes and all other electrical components for motorized hoist and control.
14. Installation all cords and cables supplying electricity or control signal to any equipment supported by equipment furnished under this Section.
15. Miscellaneous steel for mounting equipment.
16. Miscellaneous components and parts herein specified.
17. Portable and loose equipment
18. Signage
19. Proof of performance testing.
20. Provide Electrical work.
21. Electrical contractor is to be a sub-contractor to Rigging Contractor.
22. Provide Electrical Engineering as required; including stamped engineered drawings by a professional Electrical Engineer licensed in the State of Louisiana.
23. Stamped drawings by Professional Engineer licensed in the State of Louisiana for structural engineering of rigging components and attachment to structure.
24. Provide pricing for Alternates as listed below.
C. Furnish and install complete Stage Rigging System replacement of items indicated with all necessary apparatus, equipment, wiring, etc., required to insure complete systems in excellent working order as specified herein and on the attached diagrams.
D. Consistent with the detailed information contained herein and, on the drawings, provide functional and complete overall systems. Verify complete parts lists, the accuracy of the type numbers, and the overall suitability of the equipment to produce complete functional systems coordinated and interfaced with related work.
E. Minor items of equipment needed in order to meet the requirements stated above, even if not specifically mentioned herein or on the drawings, shall be provided in quality equivalent to other conditions on the project with no claim for additional payment.
F. Coordinate with related existing elements and new work provided under other sections:
1. Fire protection systems
2. Stage lighting system
3. Lighting plugging devices
4. Building structure and catwalks
5. Smoke vents and roof hatches
6. General electrical work
7. Ductwork
| 09/01/2020 07:45 PM UTC |
Project No. 2019-685 (REBID) Capital Project No. 3364
PROJECT NO. 2019-685 (RE-BID)
CAPITAL PROJECT NO. 3364
2019 WASTEWATER PIPE BURSTING
CITY OF LAKE CHARLES, LA
SCOPE OF WORK
The general scope of work is to rehabilitate a total of approximately 5,992 linear feet of existing 8-inch sewer main by pipe bursting at the five (5) project sites listed above. The pipe bursting process is to include 8-inch DR-17 HDPE pipe, all insertion pits, full circle clamps, and tie-ins to manholes. All sewer services shall be reconnected to the main. Also included in the scope is the rehabilitation of approximately 17 manholes and the installation of two (2) new 4-foot diameter fiberglass manholes. The scope includes a post video inspection of each project site.
Associated incidental work includes the removal and replacement of approximately 281 square yards of pavement, hydroseeding, and video inspection.
| 09/01/2020 07:45 PM UTC |
CP 3316
City of Lake Charles, Louisiana
Municipal Golf Course – Cart Storage & Parking Areas
CP - 3316
PART 1 - GENERAL
1.1 WORK DESCRIPTION
A. The Work as defined in the General Conditions and described in the Contract Documents prepared by the Architect is summarized as follows:
New Municipal Golf Course
Cart Storage Facility & Parking Areas
Lake Charles, LA
B. Project will include:
1. Pre-Engineered metal building structure (open).
2. Standing seam metal roof system.
3. Concrete paving with subsurface drainage.
4. Extension of utilities for future Clubhouse.
5. Fencing
1.2 RELATED WORK NOT IN CONTRACT (N.I.C.)
Items "Not in Contract" are specifically marked NIC or N.I.C.
| 08/18/2020 07:45 PM UTC |
Capital Project Number CP3257
City of Lake Charles
Sally Mae Drainage Improvements and Overlay Project
Medora Street to Dead End
Capital Project Number CP3257
I. Scope of Services:
The City of Lake Charles desires to construct a closed drainage system and perform an asphalt overlay of Sally Mae Street consisting of the following:
• Installing 15”, 18” and 24” RCP and RCPA culverts in existing ditches;
• Constructing drop inlets as shown on plans;
• Installing a 2 ½“asphalt overlay and other incidentals as required.
| 08/18/2020 07:45 PM UTC |
CP 3339
City of Lake Charles, Louisiana
Port Wonder Parking Garage – Phase I
CP 3339
A. The Work includes selective demolition of stairs, handrails, doors, sprinkler piping, non-structural framing, tanks and chilled water piping, misc. items and electrical and mechanical items.
B. All work shown on drawings and included in Specifications Manual.
C. Contractor is to perform the Work in accordance with pertinent State, Local and National Codes as well as all requirements of OSHA, including the Hazard Communication Standard.
| 08/04/2020 07:45 PM UTC |
Capital Project Number CP3353
CITY OF LAKE CHARLES, LOUISIANA
CENTER EAST AND CHENNAULT WATER TREATMENT PLANTS
PRESSURE FILTER REHABILITATIONS
CAPITAL PROJECT NUMBER CP3353
The City of Lake Charles desires to implement the recommended improvements from Task Order
2019-0227A: Pressure Filter Study and Inspections. These improvements were identified based
upon a hydraulic analysis of current filtering/backwash operations and inspecting and collecting
samples from the existing filter vessels. The resulting improvement recommendations for the
Center East and Chennault WTPs are identified below:
Center East WTP
*Removal and Replacement of Existing Filter Media Bed (~1,660 CF)
*Removal and Replacement of Existing Orthos Strainers (Typ. of ~120)
*Removal and Replacement of Existing Air Release Valves (Typ. of 4)
*Installation of Control Valve and Flow Meter on Common Backwash Line
*Required PLC Programming and SCADA Updates for Backwash Flow Control
*Touch-Up and Spot Coat Existing Curved Steel Underdrain
*Repair of Deteriorated Sections/Broken Weld Seams within Underdrain Plate
*Power Tool Clean and Spot Coat Existing Face Piping
*Pressure Wash Exterior of the Existing Filter Vessel
Chennault WTP
*Removal and Replacement of Existing Filter Media Bed (~2,680 CF)
*Removal and Replacement of Existing Orthos Strainers (Typ. of ~144)
*Removal and Replacement of Existing Air Release Valves (Typ. of 4)
*Removal and Replacement of Existing Inlet Valves/Actuators (Typ. of 4)
*Removal and Replacement of Existing Waste Valves/Actuators (Typ. of 4)
*Installation of Control Valve and Flow Meter on Common Backwash Line
*Required PLC Programming and SCADA Updates for Backwash Flow Control
*Touch-Up and Spot Coat Existing Curved Steel Underdrain
*Repair of Deteriorated Sections/Broken Weld Seams within Underdrain Plate
*Power Tool Clean and Spot Coat Existing Face Piping
*Pressure Wash Exterior of the Existing Filter Vessel
*Furnish and Install Potassium Permanganate Feed System
| 08/04/2020 07:45 PM UTC |
OP 7304
City of Lake Charles, Louisiana
Broad Street Incinerator Repair
OP 7304
• Scope of work includes structural steel demolition, fabrication, and erection as indicated on attached design drawings D1, S1, S2, S3, S4, and S5.
• Purpose of this project is to replace the structural steel screen frame located at the top of the current city of Lake Charles Incinerator unit at 4331 Broad Street Lake Charles, LA 70615.
| 08/04/2020 07:45 PM UTC |
You have successfully created your Digital ID. It has been installed to your browser.
We recommend that you also download a backup of your Digital ID and save it securely to an external storage location, as this file must be installed again if you intend to use a different browser or computer for bidding, document signing, and solicitation management.
Learn more about managing your Digital ID.Click Install Backup ID to use your Digital ID in this location.
If you don't have a copy of your backup ID, but you have access to the computer and browser where it was first created, you can still create a backup ID to install to this location. For help, see how to back up your Digital ID.
If you don't have access to the original computer and browser, you can create a new Digital ID below.