SLED Opportunity · FLORIDA · SANFORD AIRPORT AUTHORITY

    Taxiway A West Extension

    Issued by Sanford Airport Authority
    localRFQSanford Airport AuthoritySol. 245313
    Closed
    STATUS
    Closed
    due Apr 23, 2026
    PUBLISHED
    Mar 24, 2026
    Posting date
    JURISDICTION
    Sanford Airport
    local
    NAICS CODE
    237310
    AI-classified industry

    AI Summary

    Sanford Airport Authority seeks sealed proposals for the Taxiway A West Extension project at Orlando Sanford International Airport, including taxiway extension, new connector construction, lighting, drainage design, utility relocation, and pavement marking. Mandatory pre-bid meeting and site visit on April 2, 2026. Proposals due April 23, 2026, submitted electronically.

    Opportunity details

    Solicitation No.
    245313
    Type / RFx
    RFQ
    Status
    open
    Level
    local
    Published Date
    March 24, 2026
    Due Date
    April 23, 2026
    NAICS Code
    237310AI guide
    State
    Florida
    Agency
    Sanford Airport Authority

    Description

    Sanford Airport Authority (IATA: SFB, ICAO: KSFB, FAA LID: SFB) is in Sanford, Florida, United States, near Orlando. It was built as Naval Air Station Sanford, a Master Jet Base for carrier-based attack and reconnaissance aircraft until 1969. The airport is owned and operated by the Sanford Airport Authority. It is a base for Allegiant Air. Sanford is Orlando's secondary commercial airport, with proximity to downtown Orlando and the major theme parks (Walt Disney World, Universal Orlando Resort, and SeaWorld Orlando. Because of the affiliation with Orlando, passenger traffic at Sanford was once dominated by European charter services. Since 2008, however, most of its passenger traffic has been domestic; this is attributable to the entrance of Las Vegas-based Allegiant Air, for which Sanford is a focus city.

    The Sanford Airport Authority (Owner) has a Cone of Silence applicable to all competitive procurement processes which places restrictions on communications. Refer to the Cone of Silence in the Solicitation document for more information. All inquiries regarding this Solicitation must be submitted in writing to the Procurement Agent assigned to this Solicitation. The Bidder must supply all information and documents required by the Solicitation documents through the Owner’s e-Procurement Portal located at https://secure.procurenow.com/portal/flysfb by the Bid Submittal Time and Date.

    The Sanford Airport Authority (SAA) is soliciting competitive, sealed proposals from interested and qualified firms to provide construction services for the Taxiway A West Extension project, which includes the following items:

    • Extend Taxiway A to the west approximately 3,950 feet.
    • Construct new Taxiway A1, connector between Taxiway A and the runway end.
    • Design taxiway edge lighting and signage to accommodate changes the proposed taxiway extension.
    • Modifications to the existing airfield electrical vault equipment to support additional load.
    • Design stormwater dry retention pond for treatment of proposed pavement.
    • Design stormwater drainage infrastructure to accommodate proposed taxiway extension.
    • Relocate existing wind cone
    • Relocate or modify existing utilities as needed. Impacts to existing underground power and fiber are anticipated.
    • Install new pavement markings for the proposed taxiway extension.

    The work generally consists constructing a new asphalt (P-401 asphalt) taxiway, demolition of existing asphalt pavement, construction of new asphalt pavement, drainage, grading, and pavement marking, as well as new LED airfield lighting and signage installation.

    Project Details

    • Reference ID: 2026-015-ITB
    • Department: C&S
    • Department Head: Doug Saunders (Engineer)

    Important Dates

    • Questions Due: 2026-04-15T21:00:00.000Z
    • Pre-Proposal Meeting: 2026-04-02T18:00:00.000Z — 2nd Floor Boardroom Orlando Sanford International Airport Sanford Airport Authority 1200 Red Cleveland Blvd. Sanford, FL 32773 The Boardroom is located at the Authority's headquarters - 2nd Floor - 1200 Red Cleveland Boulevard, Sanford, FL 32773. The elevator to the 2nd floor is located in the terminal next to baggage claim area #3. Park in any available lot at the Airport and a parking voucher will be provided. YOU MUST BE PRESENT IN THE BOARDROOM AND HAVE SIGNED THE SIGN-IN SHEET PRIOR TO THE START OF THE MEETING IN ORDER TO BE CONSIDERED AS AN ATTENDEE. THE MEETING WILL BEGIN AT 2:00 PM. FAILURE TO ATTEND THE MANADATORY PRE-BID & SITE VISIT PER THE ABOVE INSTRUCTIONS WILL DEEM YOUR BID AS NON-RESPONSIVE TO THE BID REQUIREMENTS.

    Meetings & Milestones

    EventDateLocation
    Mandatory Site Visit *(attendance required)*2026-04-02T18:00:00.000Z2nd Floor Boardroom Orlando Sanford International Airport Sanford Airport Authority 1200 Red Cleveland Blvd. Sanford, FL 32773 YOU MUST BE PRESENT AT THE MANDATORY PRE-BID TO ATTEND THE MANDATORY SITE VISIT. The Boardroom is located at the Authority's headquarters - 2nd Floor - 1200 Red Cleveland Boulevard, Sanford, FL 32773. The elevator to the 2nd floor is located in the terminal next to baggage claim area #3. Park in any available lot at the Airport and a parking voucher will be provided.

    Addenda

    • Official Notice #1: 2026-015-ITB - Taxiway Alpha Extension - Pre-Bid Sign-In Sheet (released 2026-04-06T18:36:25.343Z) —

      2026-015-ITB - Taxiway Alpha Extension - Pre-Bid Sign-In Sheet

    • Addendum #1 (released 2026-04-13T18:49:02.508Z) —

      The Sanford Airport Authority 2026-015-ITB - Taxiway A West Extension - Addendum 1

    Evaluation Criteria

    • 6.1. Special Terms & Conditions

      Special Terms & Conditions shall be as stated and detailed in the project manual. Specifically, within the Special Provisions of the project manual.

    • Submission Instructions - Electronic Only

      The Sanford Airport Authority is accepting electronic sealed responses only for this solicitation. To submit a response, respondents must first create a free account with OpenGov by visiting:

      https://flysfb.com/procurement/solicitations/

      Once registered, return to the project’s solicitation page, click “Submit Response,” and follow the on-screen instructions to upload and submit your electronic bid.

      Responses will be accepted until the project due date/time indicated in the timeline. At that time, all timely received submissions will be publicly opened, and the names of respondents and key response details will be read aloud.

      The public opening will be held at the location specified in the project timeline.

    • 3.1. Taxiway A West Extension

      This project can be generally described as:

      • Extend Taxiway A to the west approximately 3,950 feet. 
      • Construct new Taxiway A1, connector between Taxiway A and the runway end.
      • Design taxiway edge lighting and signage to accommodate changes the proposed taxiway extension.
      • Modifications to the existing airfield electrical vault equipment to support additional load.
      • Design stormwater dry retention pond for treatment of proposed pavement.
      • Design stormwater drainage infrastructure to accommodate proposed taxiway extension.
      • Relocate existing wind cone
      • Relocate or modify existing utilities as needed. Impacts to existing underground power and fiber are anticipated.
      • Install new pavement markings for the proposed taxiway extension.

      The work generally consists constructing a new asphalt (P-401 asphalt) taxiway, demolition of existing asphalt pavement, construction of new asphalt pavement, drainage, grading, and pavement marking, as well as new LED airfield lighting and signage installation.

    • Owner and Owner’s Representative

      The Owner as stated herein refers to the Sanford Airport Authority.

       

      The Owner’s authorized representative as stated herein refers to the Owner’s Consultant, C&S Engineers, Inc., herein referred to as Engineer.

       

    • 5.1. General Terms & Conditions

      General Terms & Conditions shall be as stated and detailed in the project manual. Specifically, within the General Provisions of the project manual.

    • Bidder Representations

      By submittal of a proposal (bid), the BIDDER represents the following:

      • The Bidder has read and thoroughly examined the project documents
      • The Bidder has a complete understanding of the terms and conditions required for the satisfactory performance of project work.
      • The Bidder has fully informed themselves of the project site, the project site conditions and the surrounding area.
      • The Bidder has familiarized themselves of the requirements of working on an operating airport and understands the conditions that may in any manner affect cost, progress or performance of the work
      • The Bidder has correlated their observations with that of the project documents.
      • The Bidder has found no errors, conflicts, ambiguities, or omissions in the project documents, except as previously submitted in writing to the owner that would affect cost, progress or performance of the work.
      • The Bidder is familiar with all applicable Federal, State and local laws, rules and regulations pertaining to execution of the contract and the project work.
      • The Bidder has complied with all requirements of these instructions and the associated bid documents.

       

    • Bid Documents/Project Manual

      The bid documents are comprised of the following; Notice-to-Bidders, Instructions-to-Bidders, General Provisions, Supplementary Provisions, Technical Specifications, Project Drawings, Proposal Form with attachments, Form of Contract Agreement, any authorized addenda issued by the Owner and any document incorporated in whole or in part by reference therein.

      All documents comprising the Bid Documents are complementary to one another and together establish the complete terms, conditions, and obligations of the successful bidder.

      Those individual elements of the Contract Documents that are bound together shall also be referred to as the Project Manual.

      Prospective bidders may obtain a copy of the project manual and project drawings from the designated office identified within the Notice to Bidders.

       

    • Modifications to Project Documents

      Modifications to the project documents may only be made by written addendum issued by the Owner or the Engineer. Verbal explanations, interpretations or comments made by the Owner or Owner’s representative shall not be binding. Addenda will be transmitted to all known official plan holders. Each bidder shall certify at the time of bid submittal that they acknowledge receipt of all issued addenda.

    • Errors and Discrepancies in Project Documents

      Should Bidder find an error, discrepancy, ambiguity, or omission in the project documents prior to submittal of a proposal, the Bidder is obligated to contact the Owner with written notice of the error, discrepancy, ambiguity, or omission. The written notice shall identify the nature and location of the error, discrepancy, ambiguity, or omission. Corrections or modifications to the project documents will only be made by written addendum as prescribed herein. By submittal of a Bid Proposal, Bidder represents that they have thoroughly reviewed the project documents and that they have not identified any error, discrepancy, ambiguity, or omission that would affect cost, progress or performance of the project work.

    • Clarifications and Interpretations

      A bidder requiring a clarification or interpretation of the project documents shall make a written request to the Owner. The Owner must receive the written request a minimum of seven (7) calendar days prior to the date of the bid opening.

    • Interpretations of Estimated Proposal Quantities

      An estimate of quantities of work to be done and materials to be furnished under these specifications is stated within the project manual. This estimate is a result of careful calculations and is believed to be correct. The estimated quantities are given only as a basis for comparison of proposals and the award of contract. The Owner does not expressly or impliedly agree that the actual quantities involved will correspond exactly with the estimated quantities. The Bidder shall not plead misunderstandings or deception because of such estimates of quantities, or of the character, location, or other conditions pertaining to the work. Payment to the Contractor will be made only for the actual quantities of work performed or materials furnished in accordance with the plans and specifications. It is understood that the quantities may be increased or decreased as hereinafter provided in the subsection titled “Alteration of Work and Quantities” of the general provisions without in any way invalidating the unit bid prices.

    • Examination of Plans, Specifications and Site Conditions

      As stated within the “Bidder Representations” and reaffirmed herein, the Bidder is expected to carefully examine the site of the proposed work, the proposal, drawings, specifications, terms and conditions of the proposed agreement and the form of agreement. The Bidder shall satisfy themselves as to the character, quality, and quantities of work to be performed, materials to be furnished and as to the requirements of the proposed contract. The submission of a proposal shall be prima facie evidence that the Bidder has made such examination and is satisfied as to the conditions to be encountered in performing the work and as to the requirements of the proposed contract, plans and specifications.

      Boring logs and other records of subsurface investigations and tests, as appropriate may be available for inspection by the Bidder. It is understood and agreed that such subsurface information, whether included in the project drawings, specifications or otherwise made available to the Bidder, was obtained, and is intended for the owner’s design and estimating purposes only. Such information has been made available for the convenience of all bidders. It is further understood and agreed that Bidder is solely responsible for all assumptions, deductions, or conclusions which he or she may make from his or her examination of the boring logs and other records of subsurface investigations and tests that are furnished by the Owner.

    • Issuance of Proposal Forms

      The Owner reserves the right to refuse to issue a proposal form to a prospective bidder should the bidder be in default for any of the following reasons:

      1. Failure to comply with any pre-qualification regulations of the owner, if such regulations are cited or otherwise included, in the proposal as a requirement for bidding.
      2. Failure to pay, or satisfactory settle, all bills due for labor and materials on former contracts in force (with the owner) at the time the owner issues the proposal to a prospective bidder.
      3. Contractor default under previous contracts with the owner
      4. Unsatisfactory work on previous contracts with the owner

       

    • Form of Proposal

      No bidder may submit more than one proposal. All proposals are to uploaded to the Project in OpenGov. All blank spaces in the proposal forms shall be completed for each and every bid item. The Bidder shall not qualify any bid item.

      The Bidder shall state the price of their bid in U.S. dollars and cents in both written and numeral format. In the event of a discrepancy, the written value will take precedence.

    • Signature of Proposal

      The proposal shall be signed and dated by an authorized representative of the Bidder. All signatures shall be made with an ink pen. The Bidder’s representative shall have the legal authority to obligate and bind the Bidder to the terms and conditions of the contract. The Bidder shall legibly state the name of the Bidder’s representative, the legal name of the Bidder, the address of the Bidder including City, State and Zip Code, and the telephone number of the Bidder.

      • For bids by corporations, an officer of the corporation shall sign the bid, the State of incorporation shall be identified and the corporate seal affixed.
      • For bids submitted by an agent, evidence of the power of attorney shall be attached to the bid.
      • For bids submitted by a partnership or joint venture, the proposal shall identify the name of all firms and the authorized parties of all firms. A copy of the partnership/joint-venture agreement shall be provided to the Owner as an attachment to the proposal.
    • Modification or Withdrawal of Bid Proposal

      Bidder may modify or withdraw their proposal at any point up to the specified time and date identified for receipt of proposals. Any request for bid withdrawal or modification by the Bidder that is received after the specified time and date for receipt of proposals will be rejected.

       

    • Bid Guaranty

      Each bid proposal shall be accompanied by a bid guaranty in the amount of five percent (5%) of the total amount of the bid. The bid guaranty may be by bid bond or certified check made payable to the Owner. The bid bond shall be from a responsible surety qualified to conduct business within the State of Florida. A certified check shall be issued from a responsible and solvent bank or trust company.

    • Bidder Qualifications

      Each Bidder shall furnish the owner satisfactory evidence of their competency and financial capability to perform the proposed work. The Bidder shall demonstrate that they are a responsible firm that possesses the skills, abilities, experience, and integrity to faithfully perform the project work. Evidence of competency shall consist of statements covering the Bidder’s past experience on similar work, a listing of plant and equipment immediately available for use on the project, and a listing of key personnel that are available for the project. The listing for plant and equipment shall identify the type, the capacity, and the present condition of the item.

      Evidence of financial responsibility shall consist of a confidential statement or report of the Bidder’s financial resources and liabilities as of the last calendar year. A public accountant must certify such statements and reports. If the Bidder is presently pre-qualified with the State Highway agency, evidence of this pre-qualification may serve as evidence of financial responsibility in lieu of the certified financial statements and reports.

    • Alternate Bids

      Bidder shall complete all blanks provided on the proposal forms. When so permitted by the Owner, the Bidder shall legibly write the statement “No Bid” for those alternate bid options that the Bidder elects not to submit a proposal.

    • Submission of Bid Proposal

      Proposals shall be sent to be uploaded by the specified time and date for receipt of bids.  Proposals received after the specified time will not receive consideration and shall be rejected.   The Sanford Airport Authority is only accepting electronic sealed responses submissions.  Respondents shall create a FREE account with OpenGov by registering at https://flysfb.com/procurement/solicitations/.  Once you have completed account registration, browse back to the Project page, click on “Submit Response”, and follow the instructions to submit the electronic bid.  For modification to a previously submitted proposal or if you have any questions, contact <SAA Procurement Staff Member Name> @ procurement@osaa.net.   Proposals shall be uploaded into Owner’s Procurement Portal to arrive at the specified time and date as detailed in the project timeline.

    • Bid Opening

      All proposals submitted prior to the stated time and date for receipt of bids will be publicly opened and read aloud by the Owner or the Owner’s representative. Bidders, their authorized agents, and other interested parties are invited to attend. Proposals submitted after the stated time and date for receipt of bids will be automatically blocked from uploading and rejected without consideration.

    • Evaluation of Proposals

      Proposals may be held by the Owner for purposes of review and evaluation by the Owner for a period not to exceed 90 calendar days from the stated date for receipt of bids. The Owner will tabulate all bids and verify proper extension of unit costs. The Bidder shall honor their proposal for the duration of this period of review and evaluation. The bid guaranty will be held by the Owner until this period of review has expired or a contract has been formally executed.

    • Bid Informalities and Irregularities

      The Owner reserves the right to waive any informality or irregularity discovered in any proposal, which in the owner’s judgment best serves the Owner’s interest. In the situation where an extension of a unit price is found to be incorrect, the stated unit price and correct extension will govern. In the event of a discrepancy between the written and numeral values, the written value shall take precedence.

    • Irregular Proposals

      Proposals meeting the following criteria are subject to consideration as being irregular:

      1. If the proposal is on a form other than that furnished by the Owner or Owner’s representative.
      2. If the form furnished by the Owner or Owner’s representative is altered from the original document.
      3. If there are unauthorized additions, conditional or alternate pay items or irregularities of any kind that make the proposal incomplete, indefinite, or otherwise ambiguous.
      4. If the proposal does not contain a unit price for each pay item listed in the proposal, except in the case of authorized pay items, for which the Bidder is not required to furnish a unit price.
      5. If the proposal contains unit prices that are obviously unbalanced.
      6. If the proposal is not accompanied by the bid guarantee specified herein.
    • Disqualification of Bid Proposals

      The Owner reserves the right to reject any or all bids, as determined to be in the best interest of the Owner.

      Causes for rejection of proposals include but are not limited to:

        • Submittal of an irregular proposal;
        • Submittal of more than one proposal from the same partnership, firm or corporation;
        • Failure by Bidder to submit the bid prior to the stated time and date for receipt of bids;
        • Failure by Bidder to furnish satisfactory bid guarantee;
        • Failure by Bidder to provide all information required of the bid forms;
        • Failure by Bidder to comply with the requirements of bid instructions;
        • Determination by the Owner that Bidder is not qualified to accomplish the project work;
        • Determination by the Owner that the Bidder has placed conditions on or qualified their proposal;
        • Discovery of any alteration, interlineations, or erasure of any project requirement by the Bidder;
        • Inclusion of the Bidder on the “Excluded Parties Listing System” as maintained and published by the General Services Administration;
        • Evidence of collusion among bidders.
      1.  
    • Cancellation of Award

      At any time prior to execution of a contract agreement, the Owner reserves the right to cancel the award for any reason without liability to the Bidder, apart from the return of the bid guaranty, at any time prior to execution of the contract.

    • Notice of Award of Contract

      It is the intent of the Owner, after a period of review and evaluation, to award a contract to the responsible bidder that submits the lowest responsive proposal. The successful bidder will be informed their bid has been accepted through the Owner’s issuance of a Notice of Intent to Award. The Notice of Intent to Award shall not be construed as a binding agreement. The proper execution of a contract agreement shall serve as the binding agreement.

    • Award of Alternates

      Unless specifically stated, the Owner reserves the right to accept alternates in any order or combination, which in the judgment of the Owner, best serves the Owner’s interest.

    • Return of Bid Guaranty

      The bid guaranty of the successful Bidder will be returned upon successful execution of the contract documents as specified herein. Failure by the successful Bidder to execute the contract documents within the specified time shall result in forfeiture of the bid guaranty. The bid guaranty of the second and third lowest responsible bidders will be retained for a period of 60 days pending the execution of the contract documents by the successful bidder.

      Except as noted above, the bid guaranty of unsuccessful bidders will be returned at the point their proposal is rejected.

    • Contract Agreement

      The successful Bidder shall execute the contract agreement in accordance with the accepted bid proposal within ten (10) calendar days of the date of the Notice of Award. Failure to execute the contract agreement within the specified time frame may result in the bid being awarded to the next low bidder and shall result in the forfeiture of the Bidder’s bid guarantee as a liquidated damage

    • Performance and Payment Bonds

      The successful Bidder shall furnish separate performance and payment bonds each in the amount of 100% of the contract price. The bonds shall be made payable to the Owner as security for faithful performance of the contract and for the payment of all persons, firms, or corporations to whom the Bidder may become legally indebted for labor, materials, tools, equipment, or services in the performance of the project work. The form of the bond shall be that provided within the project manual. The current power of attorney for the person signing the bond as a representative of the surety shall be attached to the bonds.

      The executed bonds shall be delivered to the Owner within ten (10) calendar days from the date of contract execution. Bonds should not be executed prior to execution of the contract agreement. The bonds shall be issued by a solvent Surety, which is certified to operate within the State the project work is located and which is listed in the current issue of the U.S. Treasury Circular 570. If specifically requested by the Owner, the successful Bidder shall obtain and submit information on the surety’s financial strength rating.

    • Certificates of Insurance

      The successful Bidder shall furnish to the Owner all required certificates of insurance as specified within the project manual.

    • Approval of the Contract

      Upon receipt of the Contract Agreement, Contract Bonds and Certificate of Insurance as executed by the successful Bidder, the Owner will complete execution of the contract conditioned upon the Owner’s judgment that it remains in their best interest to enter into the Agreement.

      Delivery of the fully executed Contract Agreement to the successful Bidder shall constitute the Owner’s approval to be bound by the successful Bidder’s proposal and all terms and conditions of the Contract Agreement.

      Upon satisfactory execution of the contract by the successful Bidder and the Owner, all references to “Bidder” in the bid documents become equivalent to the term “Contractor”.

    • No Contact Clause - Cone of Silence

      To ensure a proper and fair evaluation, the Authority has established a cone of silence applicable to all competitive procurement processes, including this Solicitation. The cone of silence will be imposed on this Solicitation beginning on the date the Solicitation documents are posted on the Authority website and ending with Contract/Solicitation Award.

      A. The cone of silence prohibits any communications regarding this Solicitation between:

      (1) A potential Respondent (which includes vendors, service providers, bidders, proposers, lobbyists and consultants) and their representative(s) and Authority staff or Authority consultants engaged to assist the Authority on a specific RFP, RFQ, ITN, or ITB, except for communications with the Authority Procurement Agent or other supporting procurement staff responsible for administering the procurement, provided the communication is strictly limited to procedural matters.

      (2) A potential Respondent and their representative(s) and a Board member.

      (3) A potential Respondent and their representative(s) and any member of the technical evaluation committee or negotiation team.

      (4) A Board member and any member of the technical evaluation committee or negotiation team.

      B. Unless specifically provided otherwise, in addition to the exceptions set forth above, the cone of silence does not apply to:

      (1) Oral communications at the Pre-Solicitation Conference.

      (2) Oral communications during publicly noticed technical evaluation committee meetings including those specifically for presentations, demonstrations or interviews.

      (3) Communications relating to protests made in accordance with the Authority Procurement Protests Policy, as revised from time to time.

      Any communications regarding matters of process or procedure from a Respondent or lobbyist must be submitted to the Procurement Agent.

      Any violation of the cone of silence will render voidable the Bid, as well as any awarded Contract.

    • Public Records

      Pursuant to Chapter 119, Florida Statutes, and Section 119.0701, Florida Statutes, bidders are hereby notified of the following public records obligations applicable to any contract awarded as a result of this solicitation:

      1. Public Records Access and Retention
        The awarded Contractor shall:

        • Maintain all public records required by the Sanford Airport Authority to perform the services under the contract;

        • Provide such records to the Authority upon request, or allow them to be inspected or copied within a reasonable time and at a cost not exceeding the limits set by Chapter 119, Florida Statutes;

        • Ensure that any public records that are exempt or confidential and exempt from disclosure are not disclosed except as authorized by law.

      2. Records at Contract Conclusion
        Upon expiration or termination of the contract, the Contractor shall either:

        • Transfer all public records related to the contract to the Authority at no cost, and destroy any exempt or confidential duplicates; or

        • Retain the public records in accordance with all applicable laws and regulations governing public records retention.

      3. Electronic Records
        All public records stored electronically must be provided to the Authority in a format that is compatible with the Authority’s information technology systems, upon request.

      Failure to comply with these public records requirements shall be grounds for immediate termination of the contract and may constitute a violation of Florida law.

      For questions regarding public records compliance, contact the Authority’s custodian of public records at:

       

      If Contractor has questions regarding the application of chapter 119, Florida statutes, to the Contractor’s duty to provide public records relating to this agreement, contact the custodian of public records at publicrecords@osaa.net, 407-585-4000 and 1200 Red Cleveland Blvd., Sanford, Florida 32773.

       

    Submission Requirements

    • Minimum Qualifications

      Minimum qualifications have been established as a basis for determining the eligibility of each submitted Bid. A submitted Bid will be determined non-responsive and will not be considered unless sufficient documentation is provided to determine whether the Bidder meets the minimum qualifications listed below:

    • Bidder confirms that the Bidder has the ability to obtain the Insurance coverage and limits as required in Section SP3-1 thru SP3-6 INSURANCE REQUIREMENTS (required)

      Please download the below documents, complete, and upload.

    • Bidder has completed Section B1-1 & B1-2 (required)

      Please download the below documents, complete, and upload.

    • Bidder has completed Section B3-1 thru B3-2 - BIDDER'S QUALIFICATIONS (required)

      Please download the below documents, complete, and upload.

    • B2-1 Federal Fair Labor Standards & Occupational Safety Act (required)

      Bidder has reviewed and agrees to abide by Attachment E - B2-1

    • Bidder has completed Section B4-1 & B4-2 - DISADVANTAGED BUSINESS ENTERPRISE (DBE) ASSURANCE AND PARTICIPATION (required)

      Please download the below documents, complete, and upload.

    • Bidder has submitted Section B5-1 & B5-2 PROPOSAL BOND or Cashier's Check and SURETY BOND AFFIDAVIT (required)

      Please download the below documents, complete, and upload.

    • Bidder has completed Section B6-1 thru B6-4 - BUY AMERICAN CERTIFICATION (required)

      Please download the below documents, complete, and upload.

    • Bidder has completed Section B8-1 thru B8-2 - PUBLIC ENTITY CRIMES AFFIDAVIT (required)

      Please download the below documents, complete, and upload.

    • B21-1 Fillable per Addendum 1 - Certification - Offeror Bidder Regarding Tax Delinquency & Felony Convictions (required)

      Please download the below documents, complete, and upload.

    • Bidder has reviewed and agrees to comply with Attachment C - Sections B9-1 thru B27 PROVISIONS (required)
    • Bidder has completed BID AFFIDAVIT (required)

      Please download the below documents, complete, and upload.

    • Additional Required Documents
    • Bidder had a representative sign-in and attend the Mandatory Pre-Bid Conference. (required)

      NOTE: To be considered as attending the Mandatory Pre-Bid Conference, the prospective Bidder must have signed in on a sign-in sheet prior to the start of the Mandatory Pre-Bid Conference. 

      Provide the name of Bidder’s representative who attended the mandatory Pre-Bid Conference in-person. 

    • Bidder had a representative sign-in and attend the Mandatory Site Inspection. (required)

      NOTE: To be considered as attending the Mandatory Site Inspection, a prospective Bidder must have signed in on a sign-in sheet prior to the start of the Mandatory Site Inspection.

      Provide the name of Bidder’s representative who attended the Mandatory Site Inspection.

    • Bidder is registered with the Florida Department of State, Division of Corporations to do business in the State of Florida. (www.sunbiz.org) (required)

      Attach proof of registration

    • Bidder is NOT listed on the Florida Department of Transportation Contractor Suspension List. (http://www.dot.state.fl.us/construction/legal /newsuspension.shtm) (required)
    • Bidder is NOT listed on the Florida Department of Management Services, Convicted Vendor List as defined in Section 287.133(3)(d), Florida Statutes. (www.dms.myflorida.com/business_operations/ state_purchasing/vendor_information/convicted _suspended_discriminatory_complaints_vendor _lists/convicted_vendor_list) (required)
    • Bidder is NOT listed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List or the Scrutinized Companies that Boycott Israel List or is engaged in business operations in Cuba or Syria, as detailed in this Solicitation. (https://www.sbafla.com/fsb/FundsWeManage /FRSPensionPlan/GlobalGovernance Mandates.aspx > Links – Scrutinized List of Prohibited Companies) (required)
    • Bidder is NOT listed on the Federal Convicted Vendor list. (www.sam.gov) (required)
    • BLANK - (TRENCH SAFETY CERTIFICATION HAS BEEN REMOVED)
    • Bidder has completed - SCRUTINIZED COMPANY CERTIFICATION FORM (required)

      Please download the below documents, complete, and upload.

    • Bidder has completed – E-VERIFY CERTIFICATION FORM (required)

      Please download the below documents, complete, and upload.

    • Bidder has completed - NON-COLLUSION CERTIFICATION FORM (required)

      Please download the below documents, complete, and upload.

    • Bidder has completed - SUBCONTRACTORS LIST (required)

      Please download the below documents, complete, and upload.

    • Bidder has included their Financial Statement(s). (required)
    • Bidder has provided a copy of a current and active Contractor's License that qualifies Bidder to bid on the work. (required)
    • Safety Plan Compliance Certification*

      I certify that I have read the Construction Safety and Phasing Plan (CSPP) included in the Contract Documents and Contract Drawings, which is comprised of the Construction Safety and Phasing Plans and Details in the Bid Drawings on sheets G005 thru G007, G101 thru G121, and G151 thru G153, and the Construction Safety and Phasing Plan document in the Project Manual, which is Attachment "A" to Section 80. If awarded this Contract, I will abide by the requirements as written.

    • Bidders List Collection Form Sample (required)

      Bidder has reviewed the Bidders List Collection Form Sample Attachment F - in the Attachment Section of OpenGov

    • Is there a Pre-Bid conference or site inspection required for this Project?
    • Select from the below to include the appropriate W/MBE or DBE participation (required)
    • Is a Bid Bond required for this Solicitation? (required)
    • Does this Solicitation require Section 00415 - TRENCH SAFETY CERTIFICATION (required)
    • Does this Solicitation require Section 00418 - CERTIFICATE OF NON-SEGREGATED FACILITIES? (required)
    • Does this Solicitation require Section 00419 - BUY AMERICAN CERTIFICATION? (required)
    • Does this Solicitation require Bidders to provide a Financial Statement? (required)
    • Does this Solicitation require Bidders to submit Section 00430 - SUBCONTRACTORS LIST? (required)

    Questions & Answers

    Q (P-401 Mix Design): The Specification for the P-401 mix calls for a Marshall Mix design, can this be modified or amended to allow for a SuperPave Mix design?

    A: See Addendum 1


    Q (CADD Files): Can the CADD files be made available to the bidding contractors?

    A: See Addendum 1


    Q (Bid Due Date): Would the airport be open to extending the bid due date?

    A: See Addendum 1


    Q (Insurance ): We would like to request the owner to waive the Builder’s Risk insurance requirement due to 100% horizontal construction.

    A: See Addendum 1


    Q (Runway Closure Markers): Will the airport be taking ownership of the Runway Closure Markers at the completion of the project?

    A: See Addendum 1


    Q (Badging and Security): Understand there is $65 badging fee and 1.5 hr training requirements for all personal. Confirming this fee also includes the required background/fingerprint.

    A: See Addendum 1


    Q (Excavation Depth): The plan note states that there is a recorded groundwater contamination plume within the project area. The groundwater table is approximately 5-6 foot below the existing grade, no excavation shall exceed 4 feet and dewatering or groundwater disturbance shall not be allowed. There are drainage structures where elevations shown are well below the 4 foot excavation limit. Has the engineer or owner received FDEP approval to excavate and dewater for these structures?

    A: See Addendum 1


    Q (RAP generated): My understanding is that all millings generated are to remain on site. Stockpile site could not be found on plans, please confirm the location.

    A: See Addendum 1


    Q (Badging Cost): On page SP4-5, Paragraph d, it states that the cost of the badge is $65.00, yet on page CSPP-13, Paragraph (b) Badging Requirements, state the cost per badge is $85.00. Which is the correct amount?

    A: See Addendum 1


    Q (Gas Structure): Can additional information be provided for item P-101-5.5, Removal of Abandoned Gas Structure? Is this gasoline, propane or natural gas? Is this clean or does this need to be handled as hazardous?

    A: See Addendum 1


    Q (Builders Risk): Builders Risk generally covers a building or some type of structure. Would an installation floater policy be acceptable instead of Builders Risk?

    A: Answer: No. The question/answer will also be included in Addendum 2.


    Key dates

    1. March 24, 2026Published
    2. April 23, 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.