CITY OF MONROE
Monroe, Louisiana
RUNWAY 04 MALSR MODIFICATIONS
00 11 00 ADVERTISEMENT FOR BIDS
Sealed bids for RUNWAY 04 MALSR MODIFICATIONS, to be constructed for CITY OF MONROE will be received at the office of the PURCHASING DEPARTMENT and addressed to 1014 GRAMMONT STREET, MONROE, LOUISIANA 71201, or via the online electronic bid service throughwww.QuestCDN.com. Bids will be received until 1:45PM on Thursday, October 23rd, 2025. Bids will be publicly opened and read aloud at the Purchasing Department, located at 1014 Grammont Street, Monroe, Louisiana 71201, at 2:00PM. If necessary, virtual meeting information for the bid opening will be provided to bidders prior to the bid opening.
An Optional Pre-Bid Conference will be held at 10:00AM on Thursday, October 9th, 2025 at the Monroe Regional Airport Terminal Building, 2nd floor Conference Room, located at 5400 Operations Road, Monroe, LA 71203. Pre-Bid Conference attendance is optional for bidders on this project but strongly encouraged. Each bidder shall be limited to three personnel per organization. Contractors should RSVP to Nick Holland at NAHolland@GarverUSA.comif they plan on attending the Pre-Bid Conference no later than 12:00PM on Wednesday, October 8th, 2025. Information regarding the virtual meeting will be sent out to all plan holders one week prior to the meeting time.
This project includes, but is not limited to, replacement of existing direct buried control and power conductors from station 21+10 to station 24+70 of the Runway 04 MALSR system with new bored conduit and conductors, including new fencing and handholes at each work location.
Contractor questions will be taken until Thursday, October 9th, 2025, the day of the optional Pre-Bid Meeting. Questions can be submitted to Nick Holland at NAHolland@GarverUSA.com.
The CONTRACT DOCUMENTS, consisting of Advertisement for Bids, Information for Bidders, BID, BID BOND, AGREEMENT, GENERAL CONDITIONS, Payment Bond, Performance Bond, DRAWINGS, SPECIFICATIONS, and ADDENDA, may be examined at the following location:
City of Monroe Purchasing Division
1014 Grammont Street
Monroe, LA 71201
Bids will be received for a single prime contract. Bids shall be on a lump sum and unit price basis, as indicated in the Bid Form.
All Prime Bidders MUST download Bidding Documents from www.QuestCDN.com upon payment of a $42 fee. These documents may be downloaded by selecting this Project from the “Plan Room” link, and by entering City of Monroe Project No. 2026-0000008 on the “Browse Projects” page. For assistance and free membership registration, contact QuestCDN at 952.233.1632 or info@questcdn.com. Addendums to the bid package will be issued through the online QuestCDN Plan Holders List; therefore, all prime bidders shall be responsible for downloading the bid documents from the QuestCDN online plan room to be included in the Plan Holders List. Prime bidders must be registered on the QuestCDN Plan Holders List to submit a bid on the project. Bids received from Prime Bidders not listed on the QuestCDN Plan Holders List will be rejected. Bidders must enter the addenda numbers in the Bid Form to verify receipt.
Bidders also have the option to submit bids electronically. For this project, bids will be accepted through the QuestCDN online electronic bid interface. To access the electronic bid form, download the project documents, refresh the project’s page on the online plan room, and then click the “on-line bid” button below the project name. Instructions for filling out bid online are included with the bid documents.
A corporate resolution authorizing a representative of the corporation to sign the bid must accompany the bid if the bidder is a corporation. Such activities will be in accordance with Title 38 of the Louisiana Revised Statues.
Each bidder must deposit with his/her bid, security in the amount, form, and subject to the conditions provided in the Information for Bidders. Sureties used for obtaining bonds must appear as acceptable on the U.S. Department of Treasury Circular 570. The successful Bidder must furnish Performance and Payment Bonds in accordance with the Contract Documents.
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.
Attention is called to the fact that not less than, the federally determined prevailing (Davis-Bacon and Related Acts) wage rates, as issued by the Division of Administration, and contained in the contract documents, must be paid on this project.
All Contractors bidding on this work shall comply with all provisions of the State Licensing Law for Contractors, LA RS 37:2150-2192, as amended, for all public contracts. It shall be the responsibility of the General or Primary Contractor to assure that all subcontractors comply with this law. Contractors must hold an active license issued by the State of Louisiana Licensing Board for Contractors in the classification of HIGHWAY, STREET AND BRIDGE CONSTRUCTION. Contractors must provide their license number when requesting plans, specifications and contract documents and place their license number on the face of the envelope containing their bid.
All Bidders shall make good faith efforts, as defined by Appendix A of 49 CFR Part 26, Regulations of the Office of the Secretary of Transportation, to subcontract a minimum of 6.55% of the dollar value of the prime contract to small business concerns owned and controlled by socially and economically disadvantaged individuals DBE).
Federal Requirements for Federally Funded Projects. This Project is being partially funded under the Federal Aviation Administration (FAA) Airport Improvement Program (AIP). Contractors must comply with specific federally required provisions as listed herein and contained in the contract documents. The following federal provisions are incorporated in this solicitation by reference:
• Buy American Preference (49 USC § 50101)
• Trade Restriction Certification (49 USC § 50104, 49 CFR part 30)
• Disadvantaged Business Enterprise (49 CFR part 26)
• Davis-Bacon Requirements (2 CFR § 200, Appendix II(D), 29 CFR Part 5)
• Procurement of Recovered Materials (2 CFR § 200.322, 40 CFR part 247, Solid Waste Disposal Act)
• Debarment and Suspension (2 CFR part 180 (Subpart C), 2 CFR part 1200, DOT Order 4200.5)
• Lobbying and Influencing Federal Employees (31 USC § 1352, 2 CFR part 200 Appendix II(J), 49 CFR part 20 Appendix A)
Affirmative Action Requirement.
1. The Bidder’s attention is called to the “Equal Opportunity Clause” and the “Standard Federal Equal Employment Opportunity Construction Contract Specifications” set forth herein.
2. The goals and timetables for minority and female participation, expressed in percentage terms for the Contractor’s aggregate workforce in each trade on all construction work in the covered area, are as follows:
Timetables
Goals for minority participation for each trade: 22.8%
Goals for female participation in each trade: 6.9%
These goals are applicable to all of the Contractor’s construction work (whether or not it is Federal or federally assisted) performed in the covered area. If the Contractor performs construction work in a geographical area located outside of the covered area, it shall apply the goals established for such geographical area where the work is actually performed. With regard to this second area, the Contractor also is subject to the goals for both its federally involved and non-federally involved construction.
The Contractor’s compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3(a) and its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, and in each trade, and the Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor’s goals shall be a violation of the contract, the Executive Order and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed.
3. The Contractor shall provide written notification to the Director of the Office of Federal Contract Compliance Programs (OFCCP) within 10 working days of award of any construction subcontract in excess of $10,000 at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address, and telephone number of the subcontractor; employer identification number of the subcontractor; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the subcontract is to be performed.
4. As used in this notice and in the contract resulting from this solicitation, the “covered area” is the City of Monroe, Ouachita Parish, Louisiana.
Civil Rights Title VI Assurance
The CITY OF MONROE, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 USC §§ 2000d to 2000d-4) and the Regulations, hereby notifies all Bidders that it will affirmatively ensure that any Contract entered into pursuant to this advertisement, disadvantaged business will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award.
Bids must remain in effect for 45 days after the bid opening date. Within 45 days from the bid date, the Owner may award the contract to the lowest responsive, responsible Bidder or reject any or all Bids for the Project.
The CITY OF MONROE reserves the right to reject any or all Bids, to waive irregularities in the Bids and bidding deemed to be in the best interests of the CITY OF MONROE, and to reject nonconforming, nonresponsive, or conditional bids.
No Bidders may withdraw his/her bid within Forty-Five (45) days after the actual date of the opening thereof.
The Contractor shall begin mobilization and procurement of materials within ten (10) working days of the receipt of the Notice to Proceed.
The successful bidder will be required to execute the Owner’s Standard Form of Agreement/Contract for
construction together with the Performance and Payment Bond within ten (10) working days after normal
award of contract.
Any person with disabilities requiring special accommodations must contact the Owner no later than seven (7) days prior to bid opening.
MINORITY OWNED FIRMS AND SMALL BUSINESSES ARE ENCOURAGED TO BID ON THIS PROJECT.
City of Monroe Project No. 2026-00000008
__________________
Date
/s/ Honorable Friday Ellis, Mayor
11692313 9/25 10/2 10/9/25 ($577.05)