Lafayette Regional Airport: Taxiway F Phase III
Louisiana > Lafayette Regional Airport
Sealed Bid: 48930794
Listing Information/Advertisement:


Sealed bids will be received, opened and publicly read aloud at the office of the Lafayette Airport Commission, 200 Terminal Drive, Lafayette, LA 70508 - Commission Room Lobby, Second Floor, Room 239, Lafayette Regional Airport, Lafayette, Louisiana until 9:30 a.m. CT on THURSDAY AUGUST 18, 2022 for:
LAFAYETTE AIRPORT COMMISSION – LAFAYETTE REGIONAL AIRPORT
TAXIWAY F PHASE III
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 the following:

The base bid for this project includes the reconstruction and realignment of a section of the proposed Taxiway F between Taxiway B and Taxilane A and the reconstruction of Taxilane A. The pavement section will consist of an asphaltic section. Bid Alternate 1 extends Taxiway F to Taxiway L. Bid Alternate 2 eliminates the extension of Taxiway F from Bid Alternate 1 and replaces the asphaltic pavement section from the base bid area with a concrete pavement section. Bid Alternate 3 extends Taxiway F to Taxiway L as in Bid Alternate 1 but with the same concrete pavement section as Bid Alternate 2[TMS1] [MM2] . Specific elements of work for this project include, but are not limited to: full depth pavement removal; asphalt or concrete pavement construction; installation of airfield pavement markings; removal and installation of airfield lighting and signage; installation of drainage infrastructure; grading; and site restoration.
 
The project construction site is located on an active airfield; therefore, construction will be performed in accordance with safety and security requirements of Lafayette Regional Airport, the FAA, and the construction documents.

Bidding Documents (plans, project manual, technical specifications, referenced information and standards, appendices, and addenda) for this project may be examined in the office of the Lafayette Airport Commission office, 200 Terminal Drive, Suite 200, Lafayette, LA 70508. Complete Bidding Documents for this project are available in electronic form. They may be obtained in electronic form from www.centralauctionhouse.com. Electronic sets of Contract Documents may also be obtained from the Engineer by written request submitted to the email address below.

All electronic Bidding Document holders are responsible for their own reproduction costs.

Complete sets of Bidding Documents (plans, project manual, technical specifications, referenced information and standards, appendices, and addenda) should be used in preparing bids; the Lafayette Airport Commission does not assume any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents.

The Lafayette Airport Commission, in making the Bidding Documents available on the above terms, does 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 prior to 5:00 PM on Wednesday, August 10,[TMS3] [MM4]  2022 to:

Graeme Scott, PE
RS&H, Inc.
Telephone: 469-857-7745
E-mail: [email protected]


A pre-bid conference is scheduled for Wednesday August 3, 2022 at 2:00 pm at the Lafayette Regional Airport Terminal Building in the Commission Meeting Room – 200 Terminal Drive, Lafayette, LA 70508 Commission Room Lobby, Second Floor, Room 239. This pre-bid conference is non-mandatory. However, this will be the only opportunity for potential bidders to visit the project site. All prospective bidders, especially those who have not performed similar services at a commercial-service airport within the past five (5) years, are strongly encouraged to attend.

Important operational and security information which may affect bids will be presented at this meeting. Bids not including such considerations will be accepted as-is, with no basis for future claims due to non-inclusion of these considerations. A project site visit will be conducted at the pre-bid conference for prospective bidders to study the existing conditions. No additional project site visits will be conducted or allowed after the pre-bid conference.

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 PERCENT (5%) of the total bid and all Alternates. MONEY ORDERS WILL NOT BE ACCEPTED. Such security to be equal to five percent (5%) of the net amount bid, including taxes. If a Bid Bond is used, it must 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 is 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 one hundred percent (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 will be accepted unless it is written in compliance with La. R.S. 38:2219.

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 their license number on the bid and on the sealed envelope containing the bid.

The Lafayette Airport Commission 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 elsewhere in the Bidding Documents will not be waived by the Lafayette Airport Commission.

Each bid must be submitted on the Louisiana Uniform Public Work Bid Form furnished by the Lafayette Airport Commission in the Bidding Documents or as modified by addendum if applicable. This contract is to be financed in whole or in part by Federal funds that may not be readily available at the time bids are opened. In accordance with La. R.S. 38:2215, the time period for holding bids will not apply to this contract.

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 its bid for at least ninety (90) days after the time scheduled for the opening of bids. Each bid shall be submitted only on the Bid Form included in the Bidding 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 as defined in 49 CFR Part 26 to create a level playing field on which DBEs can compete fairly for opportunities.Accordingly, the Lafayette Airport Commission has established a DBE Participation Goal of 6.10% 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 Attachment “A” Disadvantage Business Enterprise Federal DBE Program shall apply to this solicitation.

In compliance with the Lafayette Airport Commission’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:
  1. Meet the DBE goal as advertised with meaningful DBE participation through subcontracts, joint ventures, or suppliers; OR
  2. Demonstrate Good Faith Efforts to meet the DBE goal.
The following provisions are incorporated by reference in this notice:
  • Drug Free Workplace ACT of 1988
All Bidders must comply with the Lafayette Regional Airport’s Security Program which includes but is not limited to written certification.

By order of the Lafayette Airport Commission of the Parish of Lafayette, Louisiana.
By /s/ Mr. John E. Hebert Chairperson of the Commission  
ATTEST:
By /s/ Mr. Steven L. Picou, A.A.E Executive Director
 

UPDATE/ADDENDUM HISTORY
All updates/changes are listed below::
12-Aug-2022 4:34:53 PM CDT
Addendum No. 5 has been issued. See attached PDF:
11-Aug-2022 9:07:02 PM CDT
Addendum No. 4 has been issued. See attached PDF:
09-Aug-2022 7:21:26 PM CDT
Addendum No. 3 has been issued. See attached PDF:
08-Aug-2022 9:22:34 PM CDT
Addendum No. 2 has been issued. See attached PDF:
25-Jul-2022 4:45:46 PM CDT
Addendum No. 1 has been issued. See attached PDF: