Active SLED Opportunity · CALIFORNIA · SANTA MARIA PUBLIC AIRPORT DISTRICT

    Taxilane Pavement Rehabilitation

    Issued by Santa Maria Public Airport District
    educationRFPSanta Maria Public Airport DistrictSol. 212396
    Open · 26d remaining
    DAYS TO CLOSE
    26
    due Jun 9, 2026
    PUBLISHED
    Posting date
    JURISDICTION
    Santa Maria
    education
    NAICS CODE
    237310
    AI-classified industry

    AI Summary

    Santa Maria Public Airport District seeks sealed bids for Taxilane Pavement Rehabilitation including asphalt and concrete work, site preparation, and pavement marking. Bids due June 9, 2026. Project requires California Engineering A license and compliance with federal and state labor and civil rights laws.

    Opportunity details

    Solicitation No.
    212396
    Type / RFx
    RFP
    Status
    Active
    Level
    education
    Published Date
    Due Date
    June 9, 2026
    NAICS Code
    237310AI guide
    Agency
    Santa Maria Public Airport District

    Description

    NOTICE INVITING SEALED BIDS FOR Taxilane Pavement 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 "Taxilane Pavement 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 pm, Tuesday, June 9th, 2026. 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 – Rehabilitate pavement on several taxilanes within the hangar complex, including installation of new concrete gutter drip lines along the face of hangar doors, asphalt pavement repairs, and application of emulsified asphalt seal coat. The work comprises of the following main elements: Airfield safety and security. Site preparation, including sawcut, demolition, and removal of existing pavement sections. Earthwork and subgrade preparation. Placement of Caltrans class 2 aggregate base. Concrete flatwork. Caltrans pavement. Pavement markings. P-608 seal coat. A-3.1 LICENSE REQUIREMENTS – The type of contractor’s license required is Engineering A. A-4 QUANTITIES – Quantities given in the Bid Schedules 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 Schedules. A-5 CONTRACT TIME – The contract award, if made, will be made within ninety (90) 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 the following time frame(s): Base Bid: 80 calendar days Additive Alternate A An additional 5 calendar days (85 total) 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, May 21st, 2026. 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. This is a federal project and compliance with the Secretary of Labor wages is also required. In the event of conflict, whichever schedule requires the higher wage rate is required to be complied with. 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 – There is no DBE contract goal for this project. It is the policy of the District to practice nondiscrimination based on race, color, sex, or national origin in the award or performance of this contract. A-14 CONSTRUCTION COST ESTIMATE – The Engineer’s probable cost of construction for the project, including the Base Bid Schedule and Additive Alternate A Bid Schedule is $1,600,000.00 . A-15 AWARD OF CONTRACT – The contract award, if made, will be made within ninety (90) 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: "Taxilane Pavement 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. A-16 FEDERAL CONTRACT PROVISIONS REQUIRED FOR NOTICE INVITING SEALED BIDS BUY AMERICAN PREFERENCE (Reference: 49 USC § 50101) (Reference Only – Refer to Federal Register) CIVIL RIGHTS – TITLE VI ASSURANCE (Reference: 49 U.S.C. § 47123) Title VI Solicitation Notice: As a condition of a grant award, the Sponsor shall demonstrate that it complies with the provisions of Title VI of the Civil Rights Act of 1964 (42 U.S.C. §§ 2000d et seq) and implementing regulations (49 CFR part 21) including amendments thereto, the Airport and Airway Improvement Act of 1982 (49 U.S.C. § 47123), the Age Discrimination Act of 1975 (42 U.S.C. 6101 et seq.), Section 504 of the Rehabilitation Act of 1973 (29 U.S.C. § 794 et seq.), the Americans with Disabilities Act of 1990 (42 U.S.C. § 12101, et seq.), U.S. Department of Transportation and Federal Aviation Administration (FAA) Assurances, and other relevant civil rights statutes, regulations, or authorities, including any amendments or updates thereto. This may include, as applicable, providing a current Title VI Program Plan to the FAA for approval, in the format and according to the timeline required by the FAA, and other information about the communities that will be benefited and impacted by the project. A completed FAA Title VI Pre-Grant Award Checklist is required for every grant application, unless excused by the FAA. The Sponsor shall affirmatively ensure that when carrying out any project supported by this grant that it complies with all federal nondiscrimination and civil rights laws based on race, color, national origin, sex, creed, age, disability, genetic information, in consideration for federal financial assistance. The Department’s and FAA’s Office of Civil Rights may provide resources and technical assistance to recipients to ensure full and sustainable compliance with Federal civil rights requirements. Failure to comply with civil rights requirements will be considered a violation of the agreement or contract and be subject to any enforcement action as authorized by law. DAVIS-BACON REQUIREMENTS (Reference: 2 CFR § 200 Appendix II(D)) (Reference Only – Refer to Federal Register) DEBARMENT AND SUSPENSION (NON-PROCUREMENT). (Reference: 2 CFR part 180 (Subpart C), 2 CFR part 1200, DOT Order 4200.5 DOT Suspension & Debarment Procedures & Ineligibility) (Reference Only – Refer to Federal Register) DISADVANTAGED BUSINESS ENTERPRISE. (Reference: 49 CFR part 26) The requirements of 49 CFR Part 26 including any amendments thereto apply to this contract. It is the policy of the District to practice nondiscrimination based on race, color, sex, or national origin in the award or performance of this contract. The Owner encourages participation by all firms qualifying under this solicitation regardless of business size or ownership. FEDERAL FAIR LABOR STANDARDS ACT (Reference: 29 USC § 20) All contracts and subcontracts that result from this solicitation incorporate by reference the provisions of 29 CFR Part 201, et seq, the Federal Fair Labor Standards Act (FLSA), with the same force and effect as if given in full text. The FLSA sets minimum wage, overtime pay, recordkeeping, and child labor standards for full and part-time workers. The Contractor has full responsibility to monitor compliance to the referenced statute or regulation. The Contractor must address any claims or disputes that arise from this requirement directly with the U.S. Department of Labor – Wage and Hour Division. Foreign Trade Restriction (Reference: 49 USC § 50104, 49 CFR Part 30) By submission of an offer, the Offeror certifies that with respect to this solicitation and any resultant contract, the Offeror – 1) is not owned or controlled by one or more citizens of a foreign country included in the list of countries that discriminate against U.S. firms as published by the Office of the United States Trade Representative (USTR); 2) has not knowingly entered into any contract or subcontract for this project with a person that is a citizen or national of a foreign country included on the list of countries that discriminate against U.S. firms as published by the USTR; and 3) has not entered into any subcontract for any product to be used on the Federal project that is produced in a foreign country included on the list of countries that discriminate against U.S. firms published by the USTR. This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18 USC § 1001. The Offeror/Contractor must provide immediate written notice to the Owner if the Offeror/Contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The Contractor must require subcontractors provide immediate written notice to the Contractor if at any time it learns that its certification was erroneous by reason of changed circumstances. Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR § 30.17, no contract shall be awarded to an Offeror or subcontractor: 1) who is owned or controlled by one or more citizens or nationals of a foreign country included on the list of countries that discriminate against U.S. firms published by the USTR; or 2) whose subcontractors are owned or controlled by one or more citizens or nationals of a foreign country on such USTR list; or 3) who incorporates in the public works project any product of a foreign country on such USTR list. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by this provision. The knowledge and information of a contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. The Offeror agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in all lower tier subcontracts. The Contractor may rely on the certification of a prospective subcontractor that it is not a firm from a foreign country included on the list of countries that discriminate against U.S. firms as published by USTR, unless the Offeror has knowledge that the certification is erroneous. This certification is a material representation of fact upon which reliance was placed when making an award. If it is later determined that the Contractor or subcontractor knowingly rendered an erroneous certification, the Federal Aviation Administration (FAA) may direct through the Owner cancellation of the contract or subcontract for default at no cost to the Owner or the FAA. LOBBYING AND INFLUENCING FEDERAL EMPLOYEES (Reference: 31 USC § 1352, 2 CFR part 200, Appendix II(J), 49 CFR part 20, Appendix A) (Reference Only – Refer to Federal Register) PROHIBITION OF COVERED UNMANNED AIRCRAFT SYSTEMS (UAS) (Reference: FAA Reauthorization Act of 2024 (Public Law 118-63), Section 936) The Bidder or Offeror certifies that they are aware of and comply with relevant Federal statutes and regulations, including those from the Federal Aviation Administration (FAA), for operating unmanned aircraft systems (UAS) in accordance, and in compliance with all related requirements in the FAA Reauthorization Act of 2024 (Public Law 118-63), section 936 (49 U.S.C. § 44801 note). Contractor warrants that all UAS operations will be conducted in full compliance with all applicable Federal Aviation Administration (FAA) regulations, including but not limited to 14 CFR Part 107, and any other applicable local, state, or Federal laws and regulations. Sponsors and subgrant recipients cannot use AIP grant funds to enter into, extend, or renew a contract related to covered unmanned aircraft systems (UAS). This includes both procurement and operational contracts, as well as contracts with entities that operate such systems. PROCUREMENT OF RECOVERED MATERIALS (Reference: 2 CFR § 200.322, 40 CFR part 247) (Reference Only – Refer to Federal Register) By order of the Santa Maria Public Airport District. SANTA MARIA PUBLIC AIRPORT DISTRICT By: Martin Pehl, General Manager Advertise 1: Friday May 8th, 2026 Advertise 2: Friday May 15th, 2026

    Key dates

    1. June 9, 2026Responses Due

    AI classification tags

    Frequently asked questions

    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

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.