Bids are invited for airport construction work at Hanford Municipal Airport.
Official courthouse record · Indexed in NoticeRegistry archive · AI-enriched for research
- Published
- Category
- Bid Notice
- City
- Hanford
Research context
What to do next
- 1
Register for Pre-bid Conference
Email your contact information to purchasing@hanfordca.gov by April 30, 2026.
- 2
Submit Your Bid
Ensure your bid is submitted through Bidnet Direct by May 14, 2026, at 2:00 p.m.
- 3
Prepare Required Documents
Gather all necessary documents, including bid security, before the submission deadline.
Frequently asked questions
- How do I submit a bid?
- Bids must be submitted through Bidnet Direct’s California Purchasing Group website.
- What is the deadline for bid submission?
- Bids are due by May 14, 2026, at 2:00 p.m.
- Is there a pre-bid conference?
- Yes, a virtual pre-bid conference is scheduled for April 30, 2026, at 10:00 a.m.
The suggestions and answers above are AI-generated for general information only. They can be wrong, and we don't take responsibility for their accuracy. Talk to a qualified professional before acting on them.
Full Notice Text
NOTICE TO CONTRACTORS Bid Submissions will be received through the Bidnet Direct’s California Purchasing Group website below until Thursday May 14, 2026 @ 2:00 p.m. at which time they will be publicly opened digitally and posted for performing work in accordance with Plans and Specifications, therefore, as follows: HANFORD MUNICIPAL AIRPORTSCHEDULE AREMOVE TAXIWAY B AND SEGMENT OF TAXIWAY DSCHEDULE BRECONSTRUCT SOUTH TRANSIENT RAMP (BASE BID & ALT B1 & B2)AIP NO. 3-06-0098-___-2026RFB 2026-26 Bids are required to provide all labor, materials, equipment, supervision, and insurance necessary for the entire work as described herein: Schedule A•The existing Taxiway B will be removed to eliminate direct access from the apron to the runway (75’ x 200’).•The existing segment of Taxiway D will be removed to eliminate direct access from the apron to the runway (55’ x 43’).Schedule B• Reconstruct the South Transient Ramp (18,700 sq. yd.) Obtaining Bid DocumentsPlans, specifications, and proposal forms to be used for bidding shall only be obtained through the Bidnet Direct’s California Purchasing A Group website: http://www.bidnetdirect.com/california/cityofhanford. All vendors looking to do business with the City of Hanford are encouraged to register to access bids, related documents, addendum, planholder lists, and award information. All bid documents shall be included in the Bidnet Direct’s California Purchasing Group website submission to be valid at the time of bid opening. Virtual Pre-bid ConferenceThe City shall conduct a virtual pre‑bid conference on Thursday April 30, 2026, at 10:00 a.m. To register for the virtual pre-bid conference, please email your contact information to purchasing@hanfordca.gov and a link to the meeting will be provided to you. All interested bidders are invited to attend. Contract TimeThis work shall be constructed in accordance with details as shown on the plans and described in the specifications for this project. The construction work for the entire Schedule A project shall be completed within ten (10) working days. The construction work for the entire Schedule B project shall be completed within twenty two (22) working days if the Schedule B Base Bid only is awarded, twenty seven (27) working days if the Schedule B Base Bid plus Alternate B1 is awarded, and fifty (50) working days if the Schedule B Base Bid plus Alternate B1 plus Alternate B2 is awarded.Bid SecurityBids must be from a contractor appropriately licensed by the time of award, must be sealed and accompanied by cash, a certified or cashier's check, equivalent to ten percent (10%) of the proposal, payable to the order of City of Hanford, to guarantee that if a proposal is accepted, a contract will be entered into and its performance secured. Such guaranty to be forfeited should the bidder to whom the contract is awarded fail to enter into this contract. A Bidder's Bond to like effect and amount with a corporate surety will be acceptable for this project. Bids must be in writing and signed by or on behalf of the bidder. Questions/AddendaAll questions regarding this project shall be in writing and shall be submitted through Bidnet, no later than Thursday May 7, 2026 @ 4:00 PM. Any changes to, or clarification of, the project plans and specifications shall be in the form of an addendum issued to plan holders of record. Questions that prompt a change or clarification shall be included in the addendum with the subsequent answer. Bonding RequirementsThe successful bidder or bidders will be required to furnish a Performance Bond for 100 percent of the contract price to secure fulfillment of all the bidder's obligations under such contract. The successful bidder will further be required to furnish a Payment Bond for 100 percent of the contract price to assure payment as required by law of all persons supplying labor and material in the execution of the work provided for in the contract. Award of ContractThe contract will be awarded on the basis of UNIT BID price and will provide for progressive payments and liquidated damages as fixed in the specifications. All proposals must be made on the forms as contained in the specifications for the previously described project and shall in all respects comply with the Instructions to Bidders and Contract Documents. Bids must be in writing and signed by or on behalf of the bidder. No bidder may withdraw his bid for a period of two hundred (200) days after the date set for the opening thereof. The City reserves the right to waive any informality or irregularity in a bid and to increase or decrease the amount of any part of the work. This project is being bid with two separate Bid Schedules. Contractors may submit bids for only Schedule A, only Schedule B or both Schedule A and B. The Owner reserves the right to award the contract for Schedule A only or for Schedule B only or for Schedule A and B as set forth in the Bid Form. For Schedule B, the Owner reserves the right to award the contract for the Schedule B Base Bid only, Schedule B Base Bid plus Alternate B1 or Schedule B Base Bid plus Alternate B1 plus Alternate B2. The lowest responsible bidder for Schedule A will be determined based on the lowest total bid for Schedule A. The lowest responsible bidder for Schedule B will be determined based on the lowest total bid for Schedule B Base Bid plus Alternate B1 plus Alternate B2. The award of the project is contingent upon a grant offer from the Federal Aviation Administration and acceptance of the grant offer by the City of Hanford.Federal ProvisionsThe work to be done is being financed in whole or in part by means of a grant made by the United States acting through the Federal Aviation Administration of the Department of Transportation. This project is subject to the Federal provisions, statutes and regulations as set forth in the project specifications. This project is under and subject to the Federal Fair Labor Standards Act and Wage Rate Decision contained in the contract documents. The requirements of 49 CFR Part 26 including any amendments thereto apply to this contract. It is the policy of the Sponsor to practice nondiscrimination based on race, color, sex, or national origin in the award or performance of this contract. The Sponsor encourages participation by all firms qualifying under this solicitation regardless of business size or ownership. Title IV – Civil Rights Act – 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. Small Business Participation The Sponsor has established a Small Business Element in accordance with 49 CFR Part 26 to facilitate competition by small business concerns, taking all reasonable steps to eliminate obstacles to their participation and to create a level playing field on which small businesses can compete fairly. While there is no specific numerical goal assigned to small business participation the prime contractor should make every effort to solicit small business concerns (as defined in 13 CFR Part 121) to participate as subcontractors, service providers, suppliers, etc. The Bidder must submit the Small Business Participation information with its proposal on the forms provided herein (Fostering Small Business Participation & Non-Certified Small Business Verification Form). Socially/Economically Disadvantaged Financial Institutions The Sponsor encourages Contractors and Subcontractors to utilize the services of financial institutions owned and controlled by socially and economically disadvantaged individuals in the community. You can find a link to Minority-Owned Financial Institutions and their branches on the FDIC website: https://www.fdic.gov/regulations/resources/minority/mdi.html or the U. S. Department of Treasury – Bureau of the Fiscal Service https://fiscal.treasury.gov/mbdp/ . CARB Contracting RequirementsThe California Air Resources Board (“CARB”) implemented amendments to the In-Use Off-Road Diesel-Fueled Fleets Regulations (“Regulation”) which are effective on January 1, 2024, and apply broadly to all self-propelled off road diesel vehicles 25 horsepower or greater and other forms of equipment used in California. A copy of the Regulation is available at https://ww2.arb.ca.gov/sites/default/files/barcu/regact/2022/off-roaddiesel/appa-1.pdf. Bidders are required to comply with all CARB and Regulation requirements, including, without limitation, all applicable sections of the Regulation, as codified in Title 13 of the California Code of Regulations section 2449 et seq. throughout the duration of the Project. Bidders must provide, with their Bid, copies of Bidder’s and all listed subcontractors’ most recent, valid Certificate of Reported Compliance (“CRC”) issued by CARB. Failure to provide valid CRCs as required herein may render the Bid non-responsive. Contractor’s License Classification A contractor will not be required to be licensed to prepare a bid for the project but must be licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions Code, before performing any work on the project. A license of the classification A is required for the Schedule A and Schedule B work proposed under this contract and is mandatory. Wage Rates All labor on the project shall be paid the higher of the minimum wage rates as established by the U.S. Secretary of Labor, or the California Director of Industrial Relations. If a discrepancy exists between these two determinations, then all labor on the project shall be paid the higher of the two minimum wage rates. DIR RegistrationThis project is subject to compliance monitoring and enforcement by the Department of Industrial Relations (DIR). No contractor or subcontractor may be listed on a bid proposal for a public works project unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 (with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)). No contractor or subcontractor may be awarded a contract for public work on a public works project unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. SecuritiesMonthly progress payments shall be made to the Contractor for the value of the work completed during the preceding month, less a five percent (5%) security withhold. At the request and expense of the Contractor, securities equivalent to the amount withheld shall be deposited with the City or with a state or federally chartered bank as the escrow agent, who shall pay such monies to the Contractor upon satisfactory completion of the contract. Securities eligible for investment under this section shall include those listed in Government Code Section 16430 or bank or savings and loan certificates of deposit. The Contractor shall be the beneficial owner of any securities substituted for monies withheld and shall receive any interest thereon.Publish: April 22, 29, 2026 Ad# 584993
Related Notices
Notice
DateCategoryCity
Bids for landscape maintenance in Hanford due by May 28, 2026.
May 6, 2026Bid NoticeHanford
Bids for landscape maintenance in Hanford due by May 20, 2026.
Apr 29, 2026Bid NoticeHanford
Invitation to bid for new electrical service at HESD Central Kitchen.
Apr 29, 2026Bid NoticeHanford