PUBLIC NOTICE
Notice is hereby given that sealed bids will be received until 9:30 a.m. CDT on Thursday, October 23, 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 Administrative Conference Room, 200 Terminal Drive, Suite 200, Lafayette, LA 70508, for the following project.
LAFAYETTE AIRPORT COMMISSION – LAFAYETTE REGIONAL AIRPORT RUNWAY 11-29 SAFETY AREA 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, the following:
The scope of work for this project will include Runway 11-29 Safety Area Improvements and include, but is not limited to, drainage swale demolition, earthwork and grading design, drainage improvements, wall cap extension, installation of airfield electrical improvements, installation of airfield pavement marking, PAPI relocation, and site restoration in accordance with the terms and conditions and plans and specifications set forth in the Bid Documents.
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.
Contract Documents (Advertisement for Bids, Instructions to Bidders, SBE Forms, Security Requirements, Preliminary Schedule, Existing Condition Information, Bid Form, Agreement, Performance Bond, Payment Bond, Insurance Requirements, Mandatory Contract Provisions, General Conditions, Civil Rights Provisions, Special Provisions, Drawings, Specifications, exhibits, affidavits, attestations, forms, all issued addenda, and all other components of the Project Manual) for this project may be obtained at the offices of RS&H, 2014 W Pinhook Road, Suite 603, Lafayette, LA 70508, (337) 347-5393, Monday through Friday, 7:30 a.m. - 4:30 p.m. Each interested party requesting printed Contract Documents will be required to submit, to RS&H, a Fifty and No/100 dollar ($50.00) fee to cover the cost of reproduction. Contract Documents in PDF format may be obtained by sending an email request to Graeme Scott at graeme.scott@rsandh.com. 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 Contract Documents. RS&H does not assume any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Contract Documents. All electronic Bidding Document holders are responsible for their own production costs.
RS&H, in making the Contract 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 Tuesday, October 14, 2025, and sent to:
Graeme Scott, PE RS&H, Inc.
Telephone: 469-857-7745
E-mail: Graeme.scott@rsandh.com
A non-mandatory pre-bid conference will be held on Wednesday, October 8, 2025, at 10:00 a.m. in the Commission Room #239 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, security, and SBE program requirement information that 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 of 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 37:2156.1 classification A(2) Highway, Street and Bridge Construction (as amended by Act No. 422 of the 2025 Regular Session of the Louisiana Legislature, effective August 1, 2025). 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 Contract 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 Contract 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 Contract Documents or as modified by an addendum if applicable.
The Lafayette Airport Commission, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (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, all businesses 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 SBEs can compete fairly for opportunities. Accordingly, the Lafayette Airport Commission has established an SBE Participation Goal of 13.13% 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 SBE program requirements set forth in Attachment “A”, Small Business Enterprise Federal SBE Program, shall apply to this solicitation.
In compliance with the Lafayette Airport Commission’s SBE 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 SBE goal as advertised with meaningful SBE participation through subcontracts, joint ventures, or suppliers; OR
2. Demonstrate Good Faith Efforts to meet the SBE goal.
An SBE must meet the following criteria:
1. The firm MUST be at least 51% owned and controlled by an economically disadvantaged
individual. Economically disadvantaged is defined as a person whose personal net worth is less than $1.32 million.
2. The economically disadvantaged owner MUST be a U.S. citizen or lawfully permanent resident of the U.S.
3. The firm MUST meet the Small Business Administration’s size standard and MUST NOT exceed $23.98 million gross receipts.
LAC will accept certified Small Entrepreneurs certified through the Louisiana Division of Administration (LDOA) - Louisiana Hudson Initiative Small Entrepreneurship Program. Small entrepreneurs certified through the LDOA Hudson Initiative can found at https://smallbiz.louisianaeconomicdevelopment.com/Search/default.aspx .
LAC will also accept businesses certified as SBE by the Louisiana Department of Transportation and Development (LADOTD) Small Business Element (SBE) Program and/or firms that are DBE certified through the Louisiana Unified Certification Program (LA UCP). SBE and DBE firms certified by the LADOTD can be found at http://www.laucp.org/UCP/UCPSearch.aspx.
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. Samuel Pierre Chairperson of the Commission
ATTEST:
By /s/ Mr. Steven L. Picou, A.A.E Executive Director
11688197 9/24 10/1 10/8/25 ($1224,50)