Sealed bids for the Decommission Taxiways M & L Project due by May 13, 2026.
Official Courthouse Record · AI-summarized for clarity
- Published
- Category
- Bid Notice
- City
- Stockton
What You Should Do Next
- 1
Submit Your Bid
Ensure your bid is submitted by 2:00 PM on May 13, 2026.
- 2
Register for Documents
Register at Public Purchase to access the contract documents before bidding.
- 3
Ask Questions Early
Email any questions to Teddy Ramil by May 6, 2026, for clarification.
Frequently Asked Questions
- What is the deadline for bid submission?
- Bids must be submitted by 2:00 PM on May 13, 2026.
- Where will the bids be opened?
- Bids will be opened at the Airport’s Conference Room, Suite 201, Terminal Building.
- How can I access the contract documents?
- You must register with Public Purchase at their website to access the documents.
- Who should I contact for more information?
- Contact the Department of Aviation at (209) 953-6045 for further information.
The above suggestions and answers are AI-generated for informational purposes only. They may contain errors. NoticeRegistry assumes no responsibility for their accuracy. Consult a qualified professional before taking action.
Full Notice Text
NOTICE INVITING BIDS 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: Notice is hereby given that sealed bids will be received by the Department of Aviation of the County of San Joaquin, State of California, 5000 S. Airport Way, Suite 202, Stockton, California 95206, until 2:00 o’clock P .M. on May 13, 2026, for furnishing (1) who is owned or controlled by one or more citizens or nationals of a foreign country included on the list of countries all labor, material, tax, transportation, equipment, and services necessary for the Decommission Taxiways M & L Project at Stockton that discriminate against U.S. firms published by the USTR; or Metropolitan Airport, Stockton, California, Bid No. 2026-AIP-57, all in accordance with the specifications and working details and other contract documents now on file with the Clerk of the Board of Supervisors, Sixth Floor, San Joaquin County Administration Building, (2) whose subcontractors are owned or controlled by one or more citizens or nationals of a foreign country on such USTR 44 North San Joaquin Street, Stockton, California 95202. list; or The work included in this project consists of the following: (3) who incorporates in the public works project any product of a foreign country on such USTR list. • Base Bid: Demolition of approximately 9,000 SY of AC Taxiways and 600 SY of Concrete and removal of associated signs. 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 • Bid Alternate 1: Taxiways Signage and Marking Modifications. which is normally possessed by a prudent person in the ordinary course of business dealings. Bids will be opened and tabulated by the Department of Aviation at the Airport’s Conference Room, Suite 201, Terminal Building, The Offeror agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification Stockton Metropolitan Airport, 5000 S. Airport Way, Stockton, California immediately after 2:00 o’clock P.M., on said May 13, 2026. 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, Obtaining or Inspecting Contract Documents. The County of San Joaquin uses Public Purchase to distribute plans and specifications. unless the Offeror has knowledge that the certification is erroneous. Please note that you must register with Public Purchase to access the documents. Refer to https://www.publicpurchase.com/gems/ browse/ home for further information. 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 Further information and Instructions for Bidders may be obtained from the Department of Aviation at (209) 953-6045. direct through the Owner cancellation of the contract or subcontract for default at no cost to the Owner or the FAA. Any questions regarding the materials contained in the Contract Documents must be mailed (certified mail) or e-mailed by May 6, (e) PROHIBITION OF COVERED UNMANNED AIRCRAFT SYSTEMS (UAS) 2026, to Teddy Ramil at teddy.ramil@meadhunt.com or Mead & Hunt, Inc, Attn: Teddy Ramil, 180 Promenade Circle, Suite 240, Sacramento, CA 95834. No questions will be accepted or answered after this date. No responses will be given to questions received The Bidder/Offeror certifies compliance with all applicable Federal statutes and FAA regulations governing unmanned aircraft by phone. systems (UAS), including the FAA Reauthorization Act of 2024 (Public Law 118-63, §936; 49 U.S.C. §44801 note). Consultant and sub-consultant warrant that all UAS operations will comply with 14 CFR Part 107 and all other relevant Federal, state, and local laws. Bidder’s Bond: Bids must be from appropriately licensed contractor, must be sealed and accompanied by proposal bond made Sponsors and subgrant recipients are prohibited from using AIP grant funds to enter into, extend, or renew contracts involving payable to the County of San Joaquin in the sum of not less than ten percent (10%) of the amount of the bid. (“The amount of the covered UAS, including procurement or operational agreements with entities that operate such systems. bid” is defined to include Base Bid and Bid Alternate 1 ). The bonds shall be given as a guarantee that the successful bidder will enter into a written contract within ten (10) calendar days after being requested to do so and will be considered as the stipulated amount of (f) REQUIRED FEDERAL CONTRACT PROVISIONS BY REFERENCE liquidated damages in the event the bidder is unable to or refuses to execute a contract for the work. The following provisions are incorporated herein by reference with the same force and effect as if given in full text (refer to Federal Wage Requirements. Prevailing Wages and Payroll Records. Contractor will be required to pay employees and keep records in Contract Provisions section of these specifications for further details): accordance with the Davis Bacon Act (29 CFR Part 5) and/or the Federal Fair Labor Standards Act (29 CFR part 201 ). All labor on this Project shall be paid not less than the greater of the minimum wage rates established by the U.S. Secretary of Labor (Federal (1) Buy American Preference• Wage Rates), or by the State of California’s Director of the Department of Industrial Relations (State Wage Rates). Federal wage (Source: Title 49 USC § 50101; Executive Order 14005, Ensuring the Future is Made in All of America by All of America’s determinations issued under the Davis-Bacon and related Acts are available electronically at no cost online at https://sam.gov/ Workers; Bipartisan Infrastructure Law (Pub. L. No. 117-58), Build America, Buy America (BABA)) content/wage-determinations. The bidder may contact the Director of the Department of Industrial Relations, phone number (415) (2) Civil Rights - General 703-4774 or www.dir.ca.gov/dlsr/PWD (website), to obtain a schedule of the State’s general prevailing wages applicable to the location (Source: 49 USC§ 47123; FAA Order 1400.11 ) and work to be done. (3) Davis Bacon Act Award of Contract. Bids shall be made upon the form provided by the Owner and shall be properly completed with all items filled (Source: 2 CFR Part 200, Appendix 1/(0), 29 CFR Part 5, 49 USC§ 47112(b), 40 USC§§ 3141-3144, 3146, and 3147). The Davis- out; numbers shall be in writing and figures; the signatures of all persons signing shall be in longhand. Each bidder must supply all the Bacon Act ensures that laborers and mechanics employed under the contract receive no less than the locally prevailing information required by the bid documents and specifications. No bidder may withdraw his bid for a period of one hundred and twenty wages and fringe benefits as determined by the Department of Labor. (120) calendar days after the time set for the opening of bids, and the Board will act to accept or reject bids within that period of time. (4) Debarment and Suspension The contract will be awarded on the basis of UNIT BID price and will provide for progressive payments and liquidated damages as (Source: 2 CFR Part 180 (Subpart 8), 2 CFR Part 200, Appendix 1/(H), 2 CFR Part 1200, DOT Order 4200.5, Executive Orders fixed in the specifications. All proposals shall in all respects comply with the Instructions to Bidders and Contract Documents. Bids 12549 and 12689). By submitting a bid/proposal under this solicitation, the bidder or offeror certifies that neither it nor its must be in writing and signed by or on behalf of the bidder. principals are presently debarred or suspended by any Federal department or agency from participation in this transaction. This project is being bid as a Base Bid and a Bid Alternate. The County will award the project based on the lowest responsible bid for (5) Lobbying and Influencing Federal Employees the Base Bid plus Bid Alternate 1. The award of this project is contingent upon a grant offer from the Federal Aviation Administration (Source: 31 USC § 1352 - Byrd Anti-Lobbying Amendment, 2 CFR Part 200, Appendix II(/), 49 CFR Part 20, Appendix A) and acceptance of the grant offer by the Stockton Metropolitan Airport on behalf of San Joaquin County. (6) Procurement of Recovered Materials Non-Mandatory Pre-Bid Conference: A non-mandatory, on-site Pre-Bid Conference will be held on Thursday, April 23, 2026, at 10:00 (Source: 2 CFR § 200.323, 2 CFR Part 200, Appendix ll(J), 40 CFR Part 247, 42 USC § 6901, et seq (Resource Conservation AM. The meeting will be held at the Stockton Metropolitan Airport Terminal Suite 201, 5000 S Airport Way, Suite 201, Stockton CA and Recovery Act (RCRA)). Contractor and subcontractor agree to comply with Section 6002 of the Solid Waste Disposal 95206. Attending the pre-bid meeting is not mandatory but is highly encouraged. Act, as amended by the Resource Conservation and Recovery Act, and the regulatory provisions of 40 CFR Part 247. Non-Mandatory Pre-Bid Site Walk: A non-mandatory Pre-Bid Site Walk will be held following the Pre-Bid Conference. See Federal Provisions of the Bid Documents for further details. Federal Aviation Administration (FAA). This project is funded in part by a grant from the Federal Aviation Administration (FAA). Successful Bidder/Contractor will be required to insert applicable Federal Contract Provisions in all subcontracts and shall be solicitation: clauses are required to be included in this solicitation; Contractor(s) will be required to comply with these provisions as responsible for compliance by subcontractor(s). listed herein and contained in the Bid Documents (see Federal Contract Provisions). Bonding Requirements. The successful bidder will be required to furnish a Performance Bond for 100 percent of the contract price to (a) CIVIL RIGHTS - TITLE VI ASSURANCE secure fulfillment of all the bidder’s obligations under such contract. The successful bidder will further be required to furnish a Labor The COUNTY OF SAN JOAQUIN COUNTY, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (42 U.S.C. and Material Bond for 100 percent of the contract price to ensure payment as required by law of all persons supplying labor and 2000d to 2000d-4) and the Regulations, hereby notifies all bidders or offerers that it will affirmatively ensure that for any contract material in the execution of the work provided for in the contract. entered into pursuant to this advertisement, all businesses will be afforded full and fair opportunity to submit bids in response Calendar Days: The total number of calendar days for completion of the project, including mobilization and demobilization, is to this invitation and no businesses will be discriminated against on the grounds of race, color, national origin (including limited approximately 178 working days. English proficiency), creed, sex, age, or disability in consideration for an award.” Retainage from Payments. Monthly progress payments shall be made to the Contractor for the value of the work completed during (b) DISADVANTAGED BUSINESS ENTERPRISE (DBE) the preceding month, less a five percent (5%) security withhold. The requirements of 49 CFR Part 26 apply to this contract. It is the policy of the COUNTY OF SAN JOAQUIN to practice Upon the Contractor’s request, the Owner will make payment of funds withheld from progress payments pursuant to the requirements nondiscrimination based on race, color, sex, or national origin in the award or performance of this contract. The Owner encourages of Public Contracts Code Section 22300 if the Contractor deposits in escrow with the Owner’s Treasurer or with a bank acceptable participation by all firms qualifying under this solicitation regardless of business size or ownership. to the Owner, securities eligible for the investment under Government Code Section 16430 or bank or savings and loan certificates (c) FEDERAL FAIR LABOR STANDARDS ACT (FEDERAL MINIMUM WAGE) of deposit. All contracts and subcontracts that result from this solicitation incorporate by reference the provisions of 29 CFR part 201, et seq, Contractor’s License Classification. No bid will be accepted from a contractor who has not been licensed in accordance with the the Federal Fair Labor Standards Act (FLSA), with the same force and effect as if given in full text. The FLSA sets minimum wage, provisions of Chapter 9, Division 111 of the Business and Professions Code. A Class A, C10, C12, C21 and C-45 license is required overtime pay, recordkeeping, and child labor standards for full and part-time workers. The Contractor has full responsibility to for this project. monitor compliance to the referenced statute or regulation. The Contractor must address any claims or disputes that arise from The Board of Supervisors of the County of San Joaquin reserves the right to reject any and/or all bids and to waive any informalities or this requirement directly with the U.S. Department of Labor- Wage and Hour Division. irregularities in the bids or to utilize any alternate procedures as authorized by California Public Contracts Code Sections 20166 and (d) TRADE RESTRICTION CERTIFICATION 20167 and accept such bids as are to the best interest of the County. By submission of an offer, the Offerer certifies that with respect to this solicitation and any resultant contract, the Offerer - COUNTY OF SAN JOAQUIN, (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. Airport Director 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. Date The Offerer/Contractor must provide immediate written notice to the Owner if the Offerer/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. RN-43824483
Related Notices
Notice
DateCategoryCity
Bids are invited for water main replacement in Stockton's Colonial Heights and Lincoln Village.
Apr 15, 2026Bid NoticeStockton
Sealed bids for Local Street Resurfacing Program due April 30, 2026.
Apr 15, 2026Bid NoticeStockton
Public auction for storage unit contents on April 21, 2026.
Apr 15, 2026Bid NoticeStockton