LAKEFRONT MANAGEMENT AUTHORITY
New Orleans, Louisiana
TAXIWAY B REHABILITATION PHASE 2
00 11 00 ADVERTISEMENT FOR BIDS
Sealed bids for TAXIWAY B REHABILITATION PHASE 2, to be constructed for LAKEFRONT
MANAGEMENT AUTHORITY will be received at the office of the LAKEFRONT MANAGEMENT
AUTHORITY and addressed to Lakefront Management Authority, 6001 Stars and Stripes Blvd. Suite 219,
New Orleans, Louisiana 70126, until 10:00AM on TUESDAY, JULY 15, 2025, at which time the bids shall
be publicly opened and read aloud.
An Optional Pre-Bid Conference will be held on JUNE 24, 2025 at 9:00AM at the New Orleans Lakefront
Airport – 2nd Floor Conference Room, 6001 Stars and Stripes Blvd, New Orleans, Louisiana 70126. Each
bidder shall be limited to three personnel per organization. The Pre-Bid Conference will also be held virtually
and information regarding the virtual meeting will be sent out to all plan holders via QuestCDN one week prior
to the meeting time.
The Project consists of, but is not limited to, cold milling, crack sealing, overlaying, and remarking
Taxiway B at New Orleans Lakefront Airport as shown on the plans and included in the specifications.
Bids will be received for a single prime contract. Bids shall be on a unit price basis, with additive alternate
bid items as indicated in the Bid Form.
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
9742373 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.
Bidders also have the option to submit bids electronically. For this project, if the Bidders choose to submit
bids electronically, the 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
planroom, and then click the “on-line bid” button below the project name.
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 29.04% of the dollar value of the
prime contract to small business concerns owned and controlled by socially and economically
disadvantaged individuals (DBE).