SLED Opportunity · CALIFORNIA · SANTA MARIA PUBLIC AIRPORT DISTRICT
AI Summary
Santa Maria Public Airport District seeks bids for parking lot and apron rehabilitation including asphalt removal, subgrade prep, paving, and markings. Bids due Aug 28, 2025. Contractor must hold CA Engineering A license and comply with prevailing wage laws. Estimated cost $350,000.
NOTICE INVITING SEALED BIDS FOR PARKING LOT AND APRON REHABILITATION AT SANTA MARIA PUBLIC AIRPORT A-1 NOTICE IS HEREBY GIVEN that sealed bids will be received by the Santa Maria Public Airport District for furnishing all plant, labor, services, materials, tools, items, and facilities necessary therefore, as provided in the contract documents, for a project entitled "Parking Lot and Apron Rehabilitation” in strict accordance with the contract documents and plans and specifications on file at the office of the General Manager of the District, 3217 Terminal Drive, Santa Maria, California 93455. A-2 BID SUBMITTAL INSTRUCTIONS – Bids will be received electronically to www.publicpurchase.com on or before 2:00 P.M., Thursday, August 28, 2025. There will be no public bid opening. Bids shall be made on forms furnished by the District. No bid shall be received from a bidder who has not registered as a plan holder on the Public Purchase website. A-2.1 BID DOCUMENTS – Bid documents including plans and specifications are available electronically on www.publicpurchase.com. A-2.2 QUESTIONS – All questions should be directed to the Project Manager, Jason Hargreaves, via the Public Purchase website. A-2.3 SUBMISSION – All bid documents are to be scanned and uploaded to www.publicpurchase.com in accordance with its procedures and protocols. A-3 DESCRIPTION OF WORK – The work comprises of the following: Airfield safety and security. Construction site delineation. Sawcut, and removal of existing asphalt pavement sections. Subgrade preparation. Aggregate base and asphalt pavement. Obliterate markings to 50%. Apply seal coat. Pavement markings. A-3.1 LICENSE REQUIREMENTS -– The type of contractor’s license required is Engineering A. A.4 QUANTITIES – Quantities given in the Bid Schedule of the proposal are approximate only and are given solely for the basis of comparison of bids. The contractor will be paid for actual work accomplished, including materials and equipment actually installed and accepted, at the unit price bid in the appropriate items of the Bid Schedule. A.5 CONTRACT TIME – The contract award, if made, will be made within thirty (30) days after opening of bids. No bidder may withdraw his bid within said period. The work shall commence within 10 days after receiving a written notice to proceed and shall be prosecuted diligently. The work shall be completed within 23 working days. The notice to proceed will be issued within 10 days after the contractor awarded the contract has properly signed the contract documents and furnished the required bonds and insurance policies and certificates.If the Contractor refuses or fails to complete the work within the time specified, including authorized extensions, there shall be deducted from monies due the Contractor, not as a penalty but as liquidated damages, the sum of $1,200.00 for each calendar day subsequent to the time specified and until the work is completed and accepted up to and including thirty (30) calendar days past the date established for completion. Contractor shall pay to District the sum of $2,000.00 per calendar day as liquidated damages for each calendar day that Project shall remain incomplete past thirty (30) calendar days after the date established for completion. A-6 OWNER RIGHT TO AWARD OR REJECT – The District reserves the right, after opening bids, to reject any or all bids, or to make an award to the lowest responsible bidder and reject all other bids. The District reserves the right to waive any informalities or irregularities in any bid which it may deem necessary in its’ best interests and as necessary to make an award. A-7 SITE CONDITIONS – Each bidder shall carefully examine the drawings, read the specifications and other contract documents, and shall visit the site of the proposed work to become fully informed as to all existing conditions and limitations that may affect the execution of the work under the contract, and the bidder shall include in the prices bid, the cost of all incidentals and appurtenances. A-8 JOB WALK – A MANDATORY PRE-BID JOB WALK is scheduled for10:00 A.M, Thursday, August 21, 2025. Prospective Bidders are to meet at the Airport District office at 3217 Terminal Drive, Santa Maria, CA. The failure or omission of any bidder to receive or examine any form, instrument, addendum, or other document, or its failure to visit and become acquainted with conditions at the site shall in no respect relieve the bidder from any obligation imposed by its proposal or by the contract. The submittal of a proposal shall be taken as prima facie evidence of compliance with all instructions contained herein. A-9 ELIGIBILITY OF BIDDERS – No bid will be accepted from a bidder who does not hold a valid Contractor's License issued by the State of California, and his license number must appear on the proposal. A-9.1 COMPETENCY OF BIDDERS – Each bidder shall furnish the District with satisfactory evidence of his competency to perform the work proposed. The District reserves the right to reject a bid if the bidder has not submitted a statement of his qualifications prior to the date of the opening of the bids. Bidders must submit their qualifications prior to or with submission of the bid. The bidders will be required to furnish a statement covering experience on similar work and a list of machinery, plant and other equipment available for the proposed work. The District reserves the right to make such investigation of the information submitted as is deemed necessary, before a rating is given, and to disqualify any contractor from bidding if deemed in the best interest of the District. The bidder shall also submit a statement relating to his experience in performing construction work similar to that for which he is offering a proposal. He shall also file with the District a statement relating to the amount and condition of his equipment as often as may be required by the District. All bidders shall submit prior to or with their bid proposals the aforementioned statements of experience and equipment. Failure to comply with the foregoing instructions will be sufficient reason to reject the bid. A-10 PREVAILING RATES OF WAGES – The minimum wages to be paid for labor shall not be less than the general prevailing per diem wage and rates for overtime and general holidays as determined by the Director of the Department of Industrial Relations, State of California, pursuant to California Labor Code Sections 1770, 1773, and 1773.1, which wage rates are available for inspection at the District office. The District complies with SB 854. All contractors and subcontractors must be registered with the State Department of Industrial Relations (DIR) at the time of bid, for prevailing wage monitoring. The District will review the DIR registration list for confirmation of participation. A-11 PROPOSAL GUARANTEE – Each bid shall be accompanied by a certified check, cashier's check, or surety bid bond made payable to the District, in an amount equal to at least 10% of the amount of the total bid, and no bid shall be considered unless said check or bid bond is enclosed therewith said amount to be forfeited to the District, should the bidder to whom the contract is awarded fail to enter into the contact in accordance with his bid proposal and submit the required bonds in an amount equal to the full amount of the bid price, as referred to in paragraph below titled "Contract and Payment Bonds", within 10 days after being mailed notice of such award and contract for execution. A-12 CONTRACT AND PAYMENT BONDS – The Contractor shall deposit with the District a surety bond guaranteeing faithful performance of the contract, and a surety bond guaranteeing payment for all labor, materials, rentals, etc. Each bond shall be in an amount equal to 100% of the amount of the contract, shall be on forms prescribed by the District, and shall be executed by a corporate surety licensed to do business in California. A-13 DBE REQUIREMENTS – This project is funded by the Santa Maria Public Airport District. Bidders shall provide good faith effort documentation of meeting the District DBE participation goal. The DBE goal for this project is 8.75%. A-14 CONSTRUCTION COST ESTIMATE – The Engineer’s probable cost of construction for the project is $350,000.00. A-15 AWARD OF CONTRACT – The contract award, if made, will be made within thirty (30) calendar days after opening of the bids. No bidder may withdraw its bid within said period. The selected contractor, prior to issuance of a contract, shall provide the District a paper copy original of their bid submission, including original bid signature page, surety bonds (or other financial instruments) and notarized statements and signature pages. The envelope shall be addressed to and delivered or mailed to: the Santa Maria Public Airport District, Attention Martin Pehl, General Manager, 3217 Terminal Drive, Santa Maria, California 93455. The envelope shall be plainly marked in the upper left-hand corner with the name and address of the bidder and shall bear the words: "Parking Lot and Apron Rehabilitation – Selected Contractor Original Bid Documentation.” The certified or cashier's check, money order, or bid bond shall be enclosed in the same envelope with the original bid paperwork. Failure to provide within five (5) working days will preclude forward movement with contract. The Notice to Proceed will be issued within ten (10) working days after the contractor awarded the contract has properly signed the contract documents and furnished the required bonds and insurance policies and certificates. Work shall commence within ten (10) working days after receiving written notice to proceed. By order of the Santa Maria Public Airport District. SANTA MARIA PUBLIC AIRPORT DISTRICT Dated: , 2025 By: Martin Pehl, General Manager Advertise 1: Saturday, August 9, 2025 Advertise 2: Saturday, August 16, 2025 Website posting Friday, August 8, 2025
SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.