Church Point Detention and Floodproofing Phase 1 Attachment: Church Point Detention and Floodproofing Phase 1 Final Plans.pdf 
Louisiana > Town of Church Point
Sealed Bid: 1776686
Listing Information/Advertisement
ADVERTISEMENT FOR BIDS
 
 
Notice is hereby given that sealed bids will be received  by the Town of Church Point, Acadia Parish, either electronically at http://www.centralbidding.com or in the Town Clerk, Town of Church Point, located at 741 South Main Street, Church Point, Louisiana 70525 until eleven o’clock a.m. (11:00) central standard time determined by the clock located in the Council Chambers at City Hall on Tuesday, March 25, 2025 for the following:
 
 
PHASE 1 CHURCH POINT DETENTION AND FLOOD PROOFING
FOR THE
LOUISIANA WATERSHED INITIATIVE
 
and will, shortly thereafter, be opened and read aloud at the Town of Church Point, Town Hall.  Bids received after the above specified time for opening shall not be considered and shall be returned unopened to the sender. 
 
The project scope includes the construction of approximately 7.5 acres of detention ponds, drainage intake and outfall control structures, and improvements at the Town Wastewater Treatment Plant.
 
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 (Davis-Bacon Act), Section 3 (Low Income Resident Participation) of the Housing and Urban Development Act of 1968, Section 109 (Non-Discrimination) of the Housing and Community Development Act of 1974, Section 703 (Non Discrimination Against Employees with Disabilities) of the Rehabilitation Act of 1972, Segregated Facilities, Executive Order 1126, and all applicable laws and regulation of the Federal government and State of Louisiana and bonding and insurance requirements.
Bid documents may be viewed, downloaded, and submitted online at www.centralbidding.com until the deadline listed above.  Prior to submitting an electronic bid with the Town of Church Point, the vendor must register online with Central Auction House, (CAH), through http://www.centralbidding.com in order to establish an account.  For assistance on how to register online or if encountering problems with the web site, please contact CAH at (225) 810-4814.
 
Complete bid documents are available at the office of the Engineer, McBade Engineers & Consultants, LLC, located at 327 Iberia Street, Suite 5, Youngsville, LA  70592, telephone number 337-451-5823 at a charge of Eighty-five dollars ($85.00) for each set.
                       
Deposits on the first set of documents furnished bona fide prime bidders will be fully refunded upon return of the documents no later than ten (10) days after receipt of bids.  On other sets of documents furnished to bidders, the deposit (less actual cost of reproduction) will be refunded upon return of the documents no later than ten (10) days after receipt of bids.  They will not be mailed without such a request.  Plans and specifications shall be available until twenty-four (24) hours before the bid opening date.
 
Contractors submitting bids electronically are required to provide the same documents as contractors submitting through the mail or by hand delivery.  These items include but are not limited to the Bid Form and Bid Security.  Regardless of the bid results, the contractor will have 48 hours from opening of the bids to provide the Town of Church Point the original documents.  If a certified check or cashier’s check is submitted as the bid security, electronic copies of both the front and the back of the check shall be included with the electronic bid.  If a contractor fails to provide the original hard copies of these documents within 48 hours of the bid opening, their bid shall be considered nonresponsive.
 
A pre-bid conference will be held on Thursday, March 6, 2025, at 10:00 a.m. in the office of the Town of Church Point, located at 741 South Main Street, Church Point, Louisiana 70525
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, 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, or other negotiable instrument made payable to the Town of Church Point, 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. The form of this security shall be as stated in the Instructions to Bidders included in the Bid Documents for this project.
 
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 as described in Instructions to Bidders.
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 as described in Instructions to Bidders.
Bids shall be accepted from Contractors who are licensed under LA. R.S. 37:2150-2173 for the classification of “Municipal and Public Works Construction”. Bidder is required to comply with provisions and requirements of LA R.S. 38:2212(B)(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.

Bids will be evaluated by the Town of Church Point based on the lowest responsible bid submitted which is also in compliance with the specifications.  The Town of Church Point reserves the right to reject any and all bids or portions thereof, for just cause. In accordance with La. R.S. 38:2212(B)(1), the provisions and requirements of this Section; and those stated in the bidding documents shall not be waived by any entity.

The Town of Church Point strongly encourages the participation of DBEs (Disadvantaged Business Enterprise) in all contracts or procurements let by the Town of Church Point for goods and services and labor and material.  To that end, all contractors and suppliers are encouraged to utilize DBEs in the purchase or sub-contracting of materials, supplies, services, and labor in which disadvantaged businesses are available. 

Additional Notes/Requirements
A pre-bid conference will be held on Thursday, March 6, 2025, at 10:00 a.m. in the office of the Town of Church Point, located at 741 South Main Street, Church Point, Louisiana 70525. 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 (Davis-Bacon Act), Section 3 (Low Income Resident Participation) of the Housing and Urban Development Act of 1968, Section 109 (Non-Discrimination) of the Housing and Community Development Act of 1974, Section 703 (Non Discrimination Against Employees with Disabilities) of the Rehabilitation Act of 1972, Segregated Facilities, Executive Order 1126, and all applicable laws and regulation of the Federal government and State of Louisiana and bonding and insurance requirements.
PUBLIC MESSAGE BOARD
Discuss questions with the owner/creator of this Listing.
shane123 on 05-Mar-2025 8:09:14 AM CST
Does the GC have to meet the section 3 requirement, and what do you consider low income?
d672429 on 10-Mar-2025 3:58:40 AM CDT
What is the engineers estimate for thisproject?
FSGRPEstimating on 20-Mar-2025 11:02:40 AM CDT
Being that Addendum 1 just posted, will the bid date be extended?
MCBADEPG on 20-Mar-2025 11:37:16 AM CDT
The GC does have to meet the Section 3 requirements. Refer to Davis-Bacon for low income requirements. The engineer's estimate is $2,039,620.00 The bid date and time has not been changed. The addendum was released within 72 hours of the bid date and time.
UPDATE/ADDENDUM HISTORY
All updates/changes are listed below::
20-Mar-2025 9:43:37 AM CDT
Addendum No. 1 - Updated specifications, revised plan sheets, revised unit bid form, along with minutes of the pre-construction and answers to questions are all included in Addendum No. 1 and uploaded documents identified with Addendum No. 1.