State Contract Opportunity

Last Updated on 09 Jul 2025 at 5 AM
RFI
Lafayette Louisiana

Lafayette Regional Airport: Taxiway B Realignment

Details

Solicitation ID Not Specified
Posted Date 09 Jul 2025 at 5 AM
Response Date 07 Aug 2025 at 2 PM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Lafayette Regional Airport
Location Lafayette Louisiana United states

Possible Bidders

National Industries For The Blind

Wayne Earth city Alexandria

Prc-desoto International Incorporated

Glendale Irvine Burbank Mckinney

Honeywell International Incorporated

Cockeysville Albuquerque Strongsville Metropolis Chesterfield Melville Cheshire New hyde park South bend Teterboro Wichita Largo Buffalo Suffield Redmond Sacramento Colonial heights Miami Honolulu Miramar Poway Metairie Tampa Danville Greer Hayward Kansas city Morris plains Bellevue Colonial heigh Tempe Mc lean Columbus Renton San antonio Charlotte Albany Anchorage Troy Fort washington Torrance Golden valley Boyne city Elizabeth Atlanta Olathe Mclean Earth city Dublin Fort lauderdal Saint louis Kingman Guaynabo Clearwater Chicago Portland Duluth Los angeles Sarasota Anniston Houston South hackensack Birmingham Morristown Vancouver Aguadilla Westbrook Tucson Broomfield Danbury Morrisville Northford Stratford Sioux falls Lakewood Freeport Fort lauderdale Santa clara West columbia Minneapolis Plymouth Phoenix Glendale Woonsocket Cleveland Rocky mount Oklahoma city San diego Richmond Saginaw Fort washingto Salt lake city Syosset Indianapolis Englewood Burbank Fargo Oak creek Omaha

Sikorsky Aircraft Corporation

Rochester Shelton Jacksonville West haven Stratford Bridgeport Jupiter Fort worth

Sign up to access Documents

Signup now
Point Of Contact Not Available
Notice is hereby given that sealed bids will be received until 9:30 a.m. CDT on Thursday, August 7th, 2025 at the offices of the Lafayette Airport Commission, 200 Terminal Drive, Suite 200, Lafayette, LA 70508-2124, or online at https://www.centralauctionhouse.com, and thereafter be publicly opened and read aloud at the Commission Room Lobby, 200 Terminal Drive, Second Floor, Room 239, Lafayette, LA 70508, for the following project. LAFAYETTE AIRPORT COMMISSION – LAFAYETTE REGIONAL AIRPORT TAXIWAY B REALIGNMENT 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: Base bid consists of the demolition of existing Taxiway B, between Taxiway C and Runway 4L-22R and the subsequent construction of Taxiway B with a proposed pavement section. Proposed Taxiway B elements of work for this project include but are not limited to remove existing asphalt and concrete pavements; concrete pavement section with asphalt pavement shoulders; installation of airfield pavement markings; installation of airfield electrical, and site restoration. Bid alternate 1 for this project consists of using the same concrete section as the base bid with the exception of using a cement-treated base as opposed to using lean concrete base course. Bid alternate 2 for this project consists of constructing a portion of the proposed Taxiway B area with an asphalt pavement section instead of a concrete pavement section. Bidders submitting bids must be licensed contractors in the state of Louisiana under La. R.S. 37:2156.2 II. Highway, Street and Bridge Construction, III. Heavy Construction, or IV. Municipal and Public Works Construction. The Bid Documents, which include the Advertisement for Bids, Instructions to Bidders, DBE Forms, Security Requirements, Preliminary Schedule, Existing Condition Information, Bid Form, Agreement, Performance and Payment Bond, Insurance Requirements, Mandatory Contract Provisions, FAA General Provisions, General Conditions, Prevailing Wage Schedule, Special Provisions, General Requirements, Plans and Specifications, exhibits, affidavits, attestations, and forms all issued addenda, and all other components of the Bid Documents packet for this project may be obtained at the offices of RS&H, 2014 W Pinhook Road, Suite 603, Lafayette, LA 70508, (337) 347-5993, Monday through Friday, 7:30 a.m. - 4:30 p.m. Each interested party requesting printed Bid Documents will be required to submit, to RS&H, a Fifty and No/100 dollar ($50.00) fee to cover the cost of reproduction. Bid Documents in PDF format may be obtained by sending an email request to Graeme Scott at [email protected]. Bid Documents are also available online and bids may also be submitted online at: https://www.centralauctionhouse.com. Use only original bid forms which are part of the Bid Documents. RS&H does not assume any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bid Documents. RS&H in making the Bid Documents available on the above terms, does so only for the purpose of obtaining bids on the work and does not confer a license or grant for any other use. Questions about this project must be received in writing by 10:00 a.m. CDT on Wednesday, July 30, 2025 and sent to: Graeme Scott, PE RS&H, Inc. Telephone: 337-347-5993 E-mail: [email protected] A non-mandatory pre-bid conference will be held on Wednesday, July 23, 2025 at 10:00 a.m. in the Administrative Conference Room of the Lafayette Airport Commission, 200 Terminal Drive, Suite 200, Lafayette, LA 70508. All prospective Bidders and subcontractors are highly encouraged to attend. No additional site visits will be available. Important operational and security information which may affect bids will be presented at this meeting. 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. 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 Bid 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 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. It is the policy of Lafayette Airport Commission as defined in 49 CFR Part 26 to create a level playing field on which disadvantaged business enterprises (DBEs) can compete fairly for opportunities.Accordingly, the Lafayette Airport Commission has established a DBE Participation Goal of 5.30% 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: 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.The following provisions are incorporated by reference in this notice: Drug Free Workplace ACT of 1988 All Bidders shall comply with the security requirements which includes but is not limited to written certification. /s/ Steven L. Picou, A.A.E. EXECUTIVE DIRECTOR LAFAYETTE AIRPORT COMMISSION TO BE ADVERTISED: Wednesday, July 9, 2025 Wednesday, July 16, 2025 Wednesday, July 23, 2025

Similar Opportunities

Lafayette Louisiana 18 Jul 2025 at 2 PM
Lafayette Louisiana 11 Jul 2025 at 8 PM
Lafayette Louisiana 24 Jul 2025 at 8 PM
Lafayette Louisiana 29 Jul 2025 at 4 PM
Lafayette Louisiana 11 Jul 2025 at 9 PM