Point Of Contact Not Available
City of Baton Rouge and Parish of East Baton Rouge on behalf of the Baton Rouge Metropolitan Airport Baton Rouge, Louisiana Runway 22R Threshold Repair 00 11 00 ADVERTISEMENT FOR BIDS Electronic bids for Runway 22R Threshold Repair, to be constructed for City of Baton Rouge and Parish of East Baton Rouge on behalf of the Baton Rouge Metropolitan Airport will be received until 2:00PM on THURSDAY JULY 31, 2025. Electronic bids and electronic bid bonds for the solicitation will be downloaded by the CITY OF BATON ROUGE AND PARISH OF EAST BATON ROUGE, PURCHASING DIVISION. Electronic bids and electronic bid bonds must be submitted through www.CentralBidding.com prior to the bidding deadline. Beginning at 2:00PM on THURSDAY, JULY 31, 2025 all electronic bids will be downloaded and read aloud on the 8th floor in Room 826, City Hall, 222 Saint Louis Street, Baton Rouge, Louisiana 70802 conference immediately thereafter. Bidders or their authorized representatives are invited to be present or via teleconference call-in. Please see the following to join via teleconference: Join by phone: 1-408-418-9388 United States Toll Access code: 263 373 080 (followed by the # button) Digital copies of the bid documents are available at http://Planroom.GarverUSA.com. These documents may be downloaded by selecting this Project from the “Plan Room” link, and by entering Quest Project Number 9763320 on the “Browse Projects” page. For assistance and free membership registration, contact QuestCDN at 952.233.1632 or
[email protected]. Addendums to the bid package will be issued through the Garver online Plan Holders List; therefore, all Bidders shall be responsible for downloading the bid documents from the Garver online plan room in order to be included in the Plan Holders List. Bidders must enter the addenda numbers in Article 3.01 of the Bid Form to verify receipt. Bids or amendments to bids received after time specified for bid openings shall not be considered for any cause whatsoever. Withdrawal of bids shall be in accordance with RS 38:2214. C. An Optional Pre-Bid Conference will be held on WEDNESDAY, JULY 9, 2025 at 10:00AM the 1ST FLOOR CONFERENCE ROOM IN THE BATON ROUGE METROPOLITAN AIRPORT LOCATED AT 9430 JACKIE COCHRAN DRIVE, BATON ROUGE, LOUISIANA 70807. Each bidder shall be limited to three personnel per organization. The Project consists of repairs to the Runway 22R Threshold by means of concrete pavement removal, asphalt paving, and electrical equipment removal and replacement. Bids will be received for a single prime contract. Bids shall be on a lump sum and unit price basis as indicated in the Louisiana Public Bid Form. Bidders should be aware that award of this contract is contingent upon receipt of a grant from the Federal Aviation Administration (FAA) and the State of Louisiana Department of Transportation and Development – Office of Aviation, along with the securing of other required approvals. The successful Bidder must furnish Performance and Payment Bond upon the form provided in the amount of one hundred percent (100%) of the contract price from an approved surety company holding a permit from the State of Louisiana to act as surety, or other surety or sureties acceptable to the Owner. 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; MUNICIPAL AND PUBLIC WORKS; AND HEAVY CONSTRUCTION. Bids shall be accompanied by a bid security in accordance with the Instructions to Bidders. The successful Bidder must furnish Performance and Payment Bonds in accordance with the Contract Documents. 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 12.0% of the dollar value of the prime contract to small business concerns owned and controlled by socially and economically disadvantaged individuals DBE). Bidders must be licensed to perform work within the state of Louisiana. 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) Civil Rights – Title VI Assurances (78 Stat. 252, 42 USC §§ 2000d to 2000d-4) Davis-Bacon Requirements (2 CFR § 200, Appendix II(D), 29 CFR Part 5) 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) Procurement of Recovered Materials (2 CFR § 200.322, 40 CFR part 247, Solid Waste Disposal Act) 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: 12.0% 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 EAST BATON ROUGE PARISH, BATON ROUGE, LOUISIANA. 5. For contracts for $50,000 or more, a Contractor having 50 or more employees, and his Subcontractors having 50 or more employees and who may be awarded a subcontract of $50,000 or more, will be required to maintain an affirmative action program within 120 days of the commencement of the contract. Compliance Reports Within 30 days after award of this contract, the Contractor shall file a compliance report (Standard Form 100) if: The Contractor has not submitted a complete compliance report within 12 months preceding the date of Award; and The Contractor is within the definition of “employer” in Paragraphs 2e (3) of the instructions included in Standard Form 100.The Contractor shall require the Subcontractor on all-tier subcontracts, irrespective of dollar amount, to file Standard Form 100 within 30 days after award of the subcontract if the above two conditions apply. Standard Form 100 will be furnished upon request. Civil Rights Title VI Assurance The City of Baton Rouge and Parish of East Baton Rouge on behalf of the Baton Rouge Metropolitan Airport, 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 no businesses will be discriminated against on the grounds of race, color, national origin (including limited English proficiency), creed, sex (including sexual orientation and gender identity), age, or disability in consideration for an award. Disadvantaged Business Enterprise Bid Information Submitted as a matter of responsiveness: The Owner’s award of this contract is conditioned upon Bidder or Offeror satisfying the good faith effort requirements of 49 CFR § 26.53. As a condition of responsiveness, the Bidder or Offeror must submit the following information with its proposal on the forms provided herein: 1) The names and addresses of Disadvantaged Business Enterprise (DBE) firms that will participate in the contract; 2) A description of the work that each DBE firm will perform; 3) The dollar amount of the participation of each DBE firm listed under (1); 4) Written statement from Bidder or Offeror that attests their commitment to use the DBE firm(s) listed under (1) to meet the Owner’s project goal 5) Written confirmation from each listed DBE firm that it is participating in the contract in the kind and amount of work provided in the prime contractor's commitment; and 6) If Bidder or Offeror cannot meet the advertised project DBE goal, evidence of good faith efforts undertaken by the Bidder or Offeror as described in appendix A to 49 CFR part 26. The documentation of good faith efforts must include copies of each DBE and non-DBE subcontractor quote submitted to the bidder when a non-DBE subcontractor was selected over a DBE for work on the contract. Bid Information submitted as a matter of responsibility: The Owner’s award of this contract is conditioned upon Bidder or Offeror satisfying the good faith effort requirements of 49 CFR § 26.53. As a condition of responsibility, every Bidder or Offeror must submit the following information on the forms provided herein within five days after bid opening. 1) The names and addresses of Disadvantaged Business Enterprise (DBE) firms that will participate in the contract; 2) A description of the work that each DBE firm will perform; 3) The dollar amount of the participation of each DBE firm listed under (1); 4) Written statement from Bidder or Offeror that attests their commitment to use the DBE firm(s) listed under (1) to meet the Owner’s project goal; 5) Written confirmation from each listed DBE firm that it is participating in the contract in the kind and amount of work provided in the prime contractor's commitment; and 6) If Bidder or Offeror cannot meet the advertised project DBE goal, evidence of good faith efforts undertaken by the Bidder or Offeror as described in appendix A to 49 CFR part 26. The documentation of good faith efforts must include copies of each DBE and non-DBE subcontractor quote submitted to the bidder when a non-DBE subcontractor was selected over a DBE for work on the contract. Disadvantaged Business Enterprise The requirements of 49 CFR part 26 apply to this contract. It is the policy of the City of Baton Rouge and Parish of East Baton Rouge on behalf of the Baton Rouge Metropolitan Airport to practice nondiscrimination based on race, color, sex, or national origin in the award or performance of this contract. The Owner encourages participation by all firms qualifying under this solicitation regardless of business size or ownership. Federal Fair Labor Standards Act All contracts and subcontracts that result from this solicitation incorporate by reference the provisions of 29 CFR part 201, et seq, the Federal Fair Labor Standards Act (FLSA), with the same force and effect as if given in full text. The FLSA sets minimum wage, overtime pay, recordkeeping, and child labor standards for full and part-time workers. The Contractor has full responsibility to monitor compliance to the referenced statute or regulation. The Contractor must address any claims or disputes that arise from this requirement directly with the U.S. Department of Labor – Wage and Hour Division. Trade Restriction Certification By submission of an offer, the Offeror certifies that with respect to this solicitation and any resultant contract, the Offeror – 1) is not owned or controlled by one or more citizens of a foreign country included in the list of countries that discriminate against U.S. firms as published by the Office of the United States Trade Representative (USTR); 2) has not knowingly entered into any contract or subcontract for this project with a person that is a citizen or national of a foreign country included on the list of countries that discriminate against U.S. firms as published by the USTR; and 3) has not entered into any subcontract for any product to be used on the Federal project that is produced in a foreign country included on the list of countries that discriminate against U.S. firms published by the USTR. This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18 USC § 1001. The Offeror/Contractor must provide immediate written notice to the Owner if the Offeror/Contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The Contractor must require subcontractors provide immediate written notice to the Contractor if at any time it learns that its certification was erroneous by reason of changed circumstances. Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR § 30.17, no contract shall be awarded to an Offeror or subcontractor: 1) who is owned or controlled by one or more citizens or nationals of a foreign country included on the list of countries that discriminate against U.S. firms published by the USTR; or 2) whose subcontractors are owned or controlled by one or more citizens or nationals of a foreign country on such USTR list; or 3) who incorporates in the public works project any product of a foreign country on such USTR list. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by this provision. The knowledge and information of a contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. The Offeror agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in all lower tier subcontracts. The Contractor may rely on the certification of a prospective subcontractor that it is not a firm from a foreign country included on the list of countries that discriminate against U.S. firms as published by USTR, unless the Offeror has knowledge that the certification is erroneous. This certification is a material representation of fact upon which reliance was placed when making an award. If it is later determined that the Contractor or subcontractor knowingly rendered an erroneous certification, the Federal Aviation Administration (FAA) may direct through the Owner cancellation of the contract or subcontract for default at no cost to the Owner or the FAA. 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 Baton Rouge and Parish of East Baton Rouge on behalf of the Baton Rouge Metropolitan Airport reserves the right to reject any or all Bids in accordance with the provisions of LA RS 38:2214A. Advertisement dates in the New Orleans Advocate as follows: Thursday, July 3, 2025 Thursday, July 10, 2025 Thursday, July 17, 2025 END OF ADVERTISEMENT FOR BIDS