NEW TERMINAL PROGRAM - PHASE 25 AIRSIDE IMPROVEMENTS
Louisiana > Lafayette Regional Airport
Sealed Bid: 12004258
Listing Information/Advertisement:


Sealed bids will be received, opened and publicly read aloud at the Commission Meeting Room located on the 2nd floor of the Old Terminal located at, 200 Terminal Dr, Lafayette, Louisiana until 9:30 a.m. CT on Thursday January 13, 2022 for:
 
LAFAYETTE AIRPORT COMMISSION - LAFAYETTE REGIONAL AIRPORT
NEW TERMINAL PROGRAM 
PHASE 25 AIRSIDE IMPROVEMENTS
 
Bids received after the above-specified time for opening will be returned unopened to the sender.
 
The work generally consists of but is not limited to: construction of concrete and asphalt pavement, drainage infrastructure, and airfield electrical components.
 
A pre-bid conference is scheduled for December 15, 2021 at 2:00 pm at the LFT Staff Administration Building – 222 Tower Dr.  This pre-bid conference is non-mandatory. However, this will be the only opportunity for potential bidders to visit the project site.
 
Bids shall be accepted from Contractors who are licensed under LA. R.S. 37:2156.2 II. Highway, Street and Bridge Construction. The Bidder must show his/her license number on the bid and on the sealed envelope containing the bid.
 
The Owner reserves the right to reject any and all bids 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 Contractor is advised that the procurement is financed with state funds that may not be readily available at the time of bid opening. Therefore, the exception defined in RS 38:2215(D) for holding bids applies.
 
Contractor may submit bid online at:  https://www.centralauctionhouse.com. If contractor chooses to bid electronically, then all other documents requested to be submitted at the time of bid, shall be scanned fully and included with the bid submission.
 
Complete Bidding Documents for this project are available in electronic form.  Bidding Documents may be obtained in electronic form from www.centralauctionhouse.com.
 
Drawings and specifications in electronic format may be obtained from the office of the Executive Director. Contact Mrs. Shelby Stach at [email protected] for more information.
 
All electronic plan holders are responsible for their own reproduction costs.
 
Complete sets of Bidding Documents shall be used in preparing bids; neither the Owner nor the Engineer assume any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents
 
The Owner or Engineer in making the Bidding Documents available on the above terms, do so only for the purpose of obtaining bids on the work and do not confer a license or grant for any other use. Questions about this project shall be directed to:


Michael Mondragon
RS&H, Inc.
Telephone: 800-741-2014
E-mail: [email protected]
 
Each bid must be accompanied by a bid security (Certified check, Cashier’s check or Bid Bond with Power of Attorney) for an amount equal to FIVE (5%) of the total bid and all Alternates.  MONEY ORDERS WILL NOT BE ACCEPTABLE.  Such security to be equal to 5% of the net amount bid, including taxes. If Bid Bond is used, it shall be written by a surety or insurance company currently on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the Federal Register, or by a Louisiana domiciled insurance company with at least an A- rating in the latest printing of the A.M. Best’s Key Rating Guide to write individual bonds up to ten percent (10%) of policyholders’ surplus as shown in the A.M. Best’s Key Rating Guide or by an insurance company in good standing licensed to write bid bonds which is either domiciled in Louisiana or owned by Louisiana residents.  No Bid Bond indicating an obligation less than five percent (5%) by any method is acceptable.
 
The successful Bidder shall be required to furnish both a Performance Bond and a Labor and Materials Payment Bond with a current Power of Attorney, written by a surety or insurance company licensed to do business in Louisiana, in an amount equal to 100% of the Contract amount, and who is currently on the U.S. Department of the Treasury Financial Management Service List of approved bonding companies which is published annually in the Federal Register, or by a Louisiana domiciled insurance company with at least an A- rating in the latest printing of the A.M. Best’s Key Rating Guide to write individual bonds up to ten percent (10%) of policyholders’ surplus as shown in the A.M. Best's Key Rating Guide, or by an insurance company that is either domiciled in Louisiana or owned by Louisiana residents and is licensed to write surety bonds.  No Performance Bond or Labor and Materials Payment Bond shall be accepted unless it is written in compliance with La. R.S. 38:2219.
 
Bidders shall also be required to provide the Owner with the following information post bid:
 
Affidavit attesting that should the Bidder be successful, the public contract was not secured through employment or payment of solicitor in compliance with Title 38, Section 2224.
 
Affidavit attesting that should the Bidder be successful, the bidder is registered and participates in a status verification system to verify that all employees in the State of Louisiana are legal citizens of the United States or are legal aliens.
 
Affidavit attesting that should the Bidder be successful, the bidder meets the requirements of no past criminal convictions per LA. R.S. 38:2227.
 
The contract, if awarded, will be to a Bidder licensed under the provision of the Contractor’s Licensing Law of the State of Louisiana for the classification as noted above. No Bidder may withdraw his proposal for at least forty-five (45) days after the time scheduled for the opening of bids.  Each proposal shall be submitted only on the Bid Form included in the Contract Documents or as modified by addendum if applicable.
 
The Lafayette Airport Commission, 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 or offerors that it will affirmatively ensure that any contract entered into pursuant to this advertisement, Disadvantaged Business Enterprises 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.

It is the policy of Lafayette Airport Commission (LAC) as defined in 49 CFR Part 26 to create a level playing field on which DBEs can compete fairly for opportunities.Accordingly, the LAC has established a DBE Participation Goal of 8.97% for this solicitation.
 
Bidders on this solicitation must meet all of the requirements of 49 CFR Part 26 and the certification requirements of the Louisiana Department of Transportation and Development (LaDOTD).The DBE program requirements set forth in Section 00 21 13 Disadvantage Business Enterprise Federal DBE Program shall apply to this solicitation.
 
In compliance with the LAC’s DBE Policy and the federal regulations under 49 CFR Part 26, to be eligible for award of a contract, the contractor/prime bidder MUST either:
Meet the DBE goal as advertised with meaningful DBE participation through subcontracts, joint ventures, or suppliers; OR
Demonstrate Good Faith Efforts to meet the DBE goal. 
All firms participating on LAC projects, including DBE and non-DBE firms MUST be documented on the Contract Participation and DBE Commitment Form 1. This form must be submitted by the prime/bidder and must include all information requested and be signed by an authorized signatory.
 
For each participating firm, a DBE Participation Questionnaire Form 2 MUST be included and signed by an authorized signatory of the DBE firm. The purpose of this form is to confirm that the firm has committed to participating on the project and that both parties agree to the scope of work and price as designated on the Contract Participation and DBE Commitment Form 1.
 
The DBE firms proposed on DBE Commitment Form 1 are binding. Any substitutions or removals of DBE firms listed on this form after submission must be requested through the formal process of contract amendment and be approved by the DBE Liaison Officer. The Contractor shall, no later than three (3) days from the award of a contract, execute formal contracts, agreements and/or purchase orders with the DBE(s) included on the Contract Participation and DBE Commitment Form 1.
 
If the Prime Bidder has not attained the DBE goal established for the project, Documentation of Good Faith Efforts Form 3 MUST be submitted. The completed form along with all required supporting documentation must be furnished.
 
A Letter of Intent, DBE Form 4, is also required for submission by each DBE Firm listed on the DBE Commitment Form 1. The Letter of Intent must be signed by an authorized representative of the DBE Firm and the prime contractor.
 
 
Should a bidder fail to comply with the submission of complete and accurate DBE Compliance Forms demonstrating attainment of the DBE Goal or Good Faith Efforts to attain the DBE goal, the bid shall be deemed non-responsive.
 
In order to receive credit for DBE participation the proposed firms must be DBE certified by the Louisiana Unified Certification Program (LAUCP) prior to the bid deadline. Only businesses certified through the LAUCP are eligible for participation in the DBE opportunities for the project.  The DBE forms shall be submitted by the apparent low bidder no later than 3 business days after the bid deadline. A listing of eligible firms can be found at http://www8.dotd.la.gov/UCP/UCPSearch.aspx.
 
The LAC affords no preference based upon the geographical area in which a DBE firm is located, provided the firm is listed in the LAUCP directory. 
 
The LAC shall have the authority to investigate allegations of discriminatory practices of bidder(s) who contract or seek to contract with the LAC.
 
Please direct all questions related to DBE compliance prior to submission of the solicitation to the LAC Disadvantaged Business Enterprise Liaison Officer at [email protected].
 
All bidders shall comply with the security requirements which includes but is not limited to written certification.
 
 
By order of the Lafayette Airport Commission of the Parish of Lafayette, Louisiana.
 

SUBMITTAL INFORMATION
Creator Username: RSHMM
Bidding Privacy: Bid encryption
Started: 10-Nov-2021 3:00:00 PM CST
Ends: 13-Jan-2022 9:30:00 AM CST ( Expired )
History: 1018 Views
Event Status: Expired since 13-Jan-2022 9:30:00 AM CST
Actions: Sign-In to Bid
Username:

Password:
Visitors: Visitors/Central Bidding Plan Holders
UPDATE/ADDENDUM HISTORY
All updates/changes are listed below::
10-Jan-2022 7:28:09 AM CST
Addendum 02
31-Dec-2021 9:15:06 PM CST
Addendum 01
10-Nov-2021 3:02:35 PM CST
Uploaded documents