SEBRING AIRPORT AUTHORITY
BUILDING 104, HANGAR C2
INTERIOR IMPROVEMENTS
Notice to Bidders /
Invitation to Bid
Bid #25-01
PROPOSAL:
Sealed bids, subject to the conditions herein, will be received by Sebring Airport Authority until 2:00 P.M., local time, on the 21st day, February 2025. Proposals must be sent/ delivered to the following address or submitted by the required time on DEMANDSTAR.
Sebring Airport Authority
Attn: Jamie Olive
128 Authority Lane
Sebring, FL 33870
At which time, bids will be publicly opened and read, for furnishing all labor and materials and performing all work connected with following program:
BID #25-01
Building 104, Hangar C2
Interior Improvements
This project is a renovation of an existing tenant space in commercial hangar building #104 at Sebring Regional Airport. The total renovation area is approximately 2,053 SF. This consists of the following parts:
1.) Renovating approx. 1,328 SF of existing office/showroom, workshop space, and storage space, including an all new HVAC system.
2.) Creating 725 SF of new Workshop including an all new HVAC system, in a portion of the existing ventilated-only hangar bay.
Interior walls will be demolished to make a larger Office/Showroom and a larger Storage Room. New partition walls, a new door and new finishes including new acoustical ceiling tiles will be added. A new Coffee Bar with new casework, minifridge, dishwasher, sink, and associated plumbing will be added adjacent the Office/Showroom.
The new Workshop will have new walls and storefront windows, all new finishes, and a protective plywood cap over new light gauge framing that supports an insulated ceiling. Contractor must provide shop drawings signed and sealed by a structural engineer for the new framing, as well as to verify the capacity of the existing cap to support the new HVAC system overhead. New walls adjacent the hangar bay and new ceiling cap shall also be insulated and protected against moisture intrusion with a fully sealed liquid-applied barrier.
New basic electrical is to be provided for the new and renovated spaces, consisting of a new 100A panel for standard light fixtures, HVAC, and convenience outlets. All existing ceiling light fixtures are to be replaced with new similarly sized LED fixtures. FF&E will be owner furnished / owner installed.
GENERAL CONDITIONS:
Bidding, Instructions to Bidders, and Contract Documents will be available electronically on 01-10-2025 and official copies will be on file and may be inspected at:
Sebring Airport Authority
128 Authority Lane
Sebring, Florida 33870
(863) 655-6444
For bidding purposes, Bidding, Instructions to Bidders, and Contract Documents for the project may be obtained electronically by going to www.DEMANDSTAR.com and searching under Sebring Airport Authority or they may be obtained from the Owners Consultant AtkinsRalis, 482 South Keller Road, Orlando FL, 32810-6101. Requests should be directed to AtkinsRalis Aviation Services Heather Meyer via Email at heather.meyer@atkinsrealis.com
NON-MANDATORY PRE-BID MEETING:
A Pre-Bid Meeting will be held at 10:00 A.M., local time on 01-24-2025 at the Sebring Airport Conference Room for the purposes of answering questions, discussing the project, and reviewing the project site. This meeting can be attended in person or virtually. Attendance at this meeting by an appropriate contractor representative is not mandatory. Neither the Owner nor the Engineer shall be responsible for disseminating information discussed at this meeting except as issued by Addendum.
Virtual Meeting Information is listed below, however, please E-mail Jami Olive JOlive@sebring-airport.com to have an invite to the Microsoft Teams Meeting forwarded to you:
Meeting ID: 273 357 111 16
Passcode: WA9Kt6tP
Or call in (audio only) +1 754-837-9893,,123505552#
Phone Conference ID: 123 505 552#
A site visit of the construction site will be scheduled immediately following the Pre-Bid Conference. It will be the responsibility of the contractor to provide transportation for this site
visit. No other tours or visits of the project site will be scheduled.
BID SECURITY
Guarantee will be required with each bid as a certified check on a solvent bank or a bid bond in the amount of five (5) percent of the total amount of the bid, made payable to the Sebring Airport Authority.
BONDING REQUIREMENTS
The successful bidder will be required to furnish separate performance and payment bonds each in an amount equal to 100% of the contract price.
SUBMITTAL OF PROPOSALS
Additional information and instruction for submittal of a proposal are provided within the Instructions-to-Bidders.
Modification to the project documents may only be made by written addendum by the Owner or Owners authorized Representative.
The proposal must be made on the forms provided within the contract documents. Bidders must supply all required information prior to the time of bid opening.
AWARD/ACCEPTANCE: SAA reserves the right to accept or reject any or all Proposals, or any parts thereof, and the award, if an award is made, will be made to contractor determined to be responsible in accordance with Owners procurement and purchasing guidelines, and applicable Florida Statutes. SAA reserves the right to waive irregularities in the Proposal. Additional information for evaluation and criteria for selection are provided within the Instructions-to-Bidders.
Bids may be held by the Sebring Airport Authority for a period not to exceed 120 days from the date of the bid opening for the purpose of evaluating bids prior to award of contract. By submitting a bid, each Bidder agrees that the bid shall remain valid for at least 120 days from the date of the bid opening.
TAXES: SAA, is a governmental entity, is exempt from Florida Sales Tax. Tax exemption certificates will be furnished upon request.
OBLIGATION OF PROPOSAL: The failure or omission of any Proposal to examine any form, instrument, site or document shall in no way relieve any Proposal from any obligation in respect to his/her Proposal. The Contract Documents applicable for this project contain numerous requirements that should be considered in compiling a Proposal.
DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION 49 CFR PART 29: The Proposal certifies, by submission of a Proposal or acceptance of a contract, that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. Individuals or companies listed in the General Services Administrations
Excluded Parties Listing System will not be considered for award of contract.
PUBLIC ENTITY CRIMES: A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a Proposal, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in Fla. Stat. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list.
RESTRICTION OF CONTRACT/LOBBYING: From the issue date of this ITB until a determination is made regarding the award of a Proposer's proposal, all contacts with Sebring Airport Authority (SAA) personnel/Board of Directors concerning this ITB must originate with
the SAA. Any violation of this condition is cause for SAA to reject the Proposer's proposal. If it is later discovered that any violations have occurred, SAA may reject any proposal or rescind any contract awarded pursuant to this ITB. The Proposer must agree to make no other distribution of any part of their proposal beyond that made to the SAA. A Proposer who shares information contained in their proposal with other Firm and/or competing Proposer personnel may be subject to disqualification.
DISABILITY. SAA does not discriminate upon the basis of any individuals disability status. This non-discrimination policy involves every aspect of SAA's functions, including ones access to participation, employment or treatment in its programs or activities. Anyone requiring reasonable accommodations as provided for in the Americans with Disabilities Act or Section 286.26 of the Florida Statutes should contact Jamie Olive, SAA ADA Coordinator at 863.655.6444, by Florida Relay Services 711, or by email at JOlive@sebring-airport.com. Request for CART or interpreter services should be made at least 24 hours in advance to permit coordination of the service.
The Sebring Airport Authority, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 U.S.C. 2000d to 2000d-4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that for any contract entered into pursuant to this advertisement, disadvantaged business enterprises and airport concession disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award.
SAA will not reimburse respondent(s) for any costs associated with the preparation and submittal of any responses. As a maintenance project, permits are not anticipated. Proposer will be responsible for dewatering, NPDES, or other miscellaneous fees.
The official publication and invitation to bidders is hereby published this 10th Day of January
2025.
Sebring Airport Authority
By: /s/ Andrew Bennett,
Executive Director
Jan. 10, 2025