SLED Opportunity · FLORIDA · SANFORD AIRPORT AUTHORITY
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.
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:
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.
| Event | Date | Location |
|---|---|---|
| Mandatory Site Visit *(attendance required)* | 2026-04-02T18:00:00.000Z | 2nd 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. |
2026-015-ITB - Taxiway Alpha Extension - Pre-Bid Sign-In Sheet
The Sanford Airport Authority 2026-015-ITB - Taxiway A West Extension - Addendum 1
Special Terms & Conditions shall be as stated and detailed in the project manual. Specifically, within the Special Provisions of the project manual.
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.
This project can be generally described as:
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.
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.
General Terms & Conditions shall be as stated and detailed in the project manual. Specifically, within the General Provisions of the project manual.
By submittal of a proposal (bid), the BIDDER represents the following:
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 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.
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.
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.
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.
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.
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:
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.
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.
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.
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.
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.
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.
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.
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.
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.
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.
Proposals meeting the following criteria are subject to consideration as being irregular:
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:
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.
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.
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.
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.
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
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.
The successful Bidder shall furnish to the Owner all required certificates of insurance as specified within the project manual.
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”.
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.
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:
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.
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.
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.
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:
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Bidder has reviewed and agrees to abide by Attachment E - B2-1
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
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.
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.
Attach proof of registration
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
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.
Bidder has reviewed the Bidders List Collection Form Sample Attachment F - in the Attachment Section of OpenGov
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.
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.