SLED Opportunity · FLORIDA · CITY OF LEESBURG
AI Summary
City of Leesburg seeks a licensed General Contractor for construction of a 14,400 SF, 4-unit Commercial Hangar Building at Leesburg International Airport. Project includes PEMB construction, site work, fire suppression system, and related infrastructure. Bids due April 23, 2026, with pre-proposal meeting on March 30, 2026.
The City of Leesburg seeks to secure the services of a qualified General Contractor who is licensed and certified in the State of Florida. The Contractor will be responsible for providing all necessary labor, equipment, tools, materials, supplies, and other related items for the construction of the 14,400 square foot, 4-unit, Commercial Hangar Building and associated site work, located at the Leesburg International Airport, in accordance with the plans, specifications, and design criteria package outlined in this Solicitation.
Leesburg International Airport (LEE) is a public-use airport located about three miles northeast of downtown Leesburg, Florida, in Lake County. Owned and operated by the City of Leesburg, the airport primarily serves general aviation, including private, corporate, and training aircraft. In 2025, a Hangar Infrastructure construction project was completed as a precursor to this project. That hangar infrastructure project provided four (4), build-ready/pad-ready hangar sites for future aircraft hangar spaces.
IFB 26-013-DN - Bid Addendum #1 - 3-30-2026
IFB 26-013-DN - Bid Addendum #2 - 4-6-2026
IFB 26-013-DN - Bid Addendum #3 - 4-10-2026
The following insurance requirements will be applicable to any Supplier awarded a Contract. The Contractor will be required to have in force the below insurance for the duration of the project with the City of Leesburg listed as the Additional Insured.
TBD
Whenever used in this Bid, the Contract, or any other documents pertaining to the item and/or service where these specifications govern, the following terms are used. The intent and meaning will be interpreted as follows:
Addendum
A modification of the Bid/Contract Documents issued by the Procurement Division and distributed to prospective Bidders prior to the bid due date and time.
Bidder
An individual, partnership, or corporation submitting a bid, on the attached Proposal Bid Form, for the item and/or service contemplated.
Bid
The written submittal of a Bidder, submitted on the Proposal Bid Form to provide goods and/or perform the work/services in accordance with the requirements of the Bid Documents and stating the consideration that the Bidder will require for so doing.
Bid Bond
The particular item(s) or service(s) outlined within the attached specifications require(s) that a certified check, cashier's check, or insurance company’s executed bond made payable to the City of Leesburg in the amount of five percent (5%) of the base bid accompany your proposal. To ensure its prompt return, please include the company's name and return address on the face of your good faith check or draft. Checks or drafts accepted as good faith deposits will be retained within the City's Finance Department until award and execution of contract is complete, or until a purchase order is issued to the successful proposer. Any proposer withdrawing his proposal after the proposal opening forfeits the right of return of his good faith deposit.
Change Order
A written order issued by the Procurement Division to the Successful Bidder/Contractor directing certain changes, additions, or reductions in work or services or in the materials or methods to be used.
City
The City of Leesburg, 501 West Meadows Street, Leesburg, Florida 34749.
Contract
The written agreement between the City and the Successful Bidder/Contractor for the provision of goods and/or performance of the work or services in accordance with the requirements of the Bid Documents and for the payment at the agreed bid price or adjusted as a result of an approved change order.
Contract Documents
The Bidding Documents, Purchase Order, Contract, and Performance and Payment Bond, together with all Addenda, Supplemental Agreements, and Change Orders.
Governing Law
The laws of the State of Florida shall be the laws applied in the resolution of any action, claim or other proceeding arising out of this contract.
Invitation for Bid
The announcement requesting the submission of bids.
Project Manager
An authorized representative of the Procurement Division or Engineer, assigned to make any or all necessary inspections of the goods received and/or work performed by the Successful Bidder/Contractor.
Proposal Bid Form
The attached form on which it is required that bids be submitted.
Specifications
The general term comprising all the directions, provisions, and requirements contained herein, entitled "Specifications”, Supplemental Agreements, and Change Orders that may be issued for this Bid and resulting contract, all describing the manner of providing goods and/or performing the work or service, including detailed technical requirements and prescribing the relations between the City and the Successful Bidder/Contractor.
Subcontractor
Any individual, partnership, or corporation supplying labor, materials, or equipment for Work under a subcontract to the Contractor.
Subcontracting
The Contractor may subcontract those portions of the Work which are specialized in character and which, under contracting practices, are performed by specialty subcontractors. The Contractor will obtain written approval from the Owner for any and all subcontractors and that portion of the Work that they will subcontract. The Contractor will be fully responsible to the Owner for acts and omissions of his subcontractors and there will be no contractual relation between any subcontractor and the Owner.
Successful Bidder/Contractor
The individual, partnership, or corporation to whom the bid is awarded.
Supplemental Agreement
A written proposal and acceptance executed by the Owner and the Contractor, with the consent of the Contractor’s Surety, covering the performance and payment of the Work not included in the original Contract which is desired or necessary for the proper completion of the project; or covering changes, additions, or deletions in the Work or in the materials to be used of a magnitude greater than may be properly covered by a Change Order.
Surety
“Surety” is an organization which provides a bond, for a consideration, that promises to be liable for the debt, default, or failure of the Contractor. It is a three-party contract by which one party (the Surety) guarantees the performance or obligations of a second party (the Contractor) to a third party (the Owner).
Protest
Protests of the plans, specifications, and other requirements of bids and requests for proposals must be received in writing by the Purchasing Office at least ten (10) business days prior to the scheduled bid submittal deadline. A detailed explanation of the reason for the protest must be included. Protests of the intended award of bid or contract must be in writing and received in the Purchasing Office within five (3) business days of the notice of intent to award. A detailed explanation of the protest must be included.
Venue
Venue for any claim, action or proceeding arising out of this contract shall be Lake County, Florida.
Work
All of the elements and services, including furnishing of materials, tools, labor, equipment, management, etc. required to be performed by the Contractor under the terms of the Contract, Plans, and Specifications in order to deliver the completed project to the Owner.
This project includes the construction of a 14,400 SF, 4-Unit, Pre-Engineered, Metal Hangar Building (PEMB) and associated site work. The associated site work includes grading and drainage improvements, potable water installations and connections, fire service water installations and connections, gravity sanitary sewer installations and connections, and electrical infrastructure installations and connections. The bidder shall be required to provide professional design services for the design, permitting, and installation of the PEMB. The PEMB shall include, but is not limited to the following items:
Building Construction Type IIB. FBC 602.2 Types I and II. Per City of Leesburg Code, Aircraft Hangars shall be provided with a fire suppression system design in accordance with NFPA 409 based on Group III requirements. As such, a 3-hour fire wall shall be required to separate the building into two (2) maximum single fire areas to meet Group III requirements.
LINCENSE:
TBD
| Release Bid Date: | March 21, 2026 |
| Pre-Proposal Meeting (Non-Mandatory): | March 30, 2026, 2:00pm 8807 Airport Blvd, Leesburg, FL 34788 |
| Question Submission Deadline: | April 7, 2026, 5:00pm |
| Deadline to Issue Addenda: | April 10, 2026, 5:00pm |
| Bid Submission Deadline: | April 23, 2026, 10:00am https://teams.microsoft.com/meet/21130659065135?p=P0tY0i1W8mseNQigWD |
| Bid Tabulation: | Within two working days after the bid opening. |
| Intent to Award Recommendation by: | May 11, 2026 |
| Award of Bid by: | June 8, 2026 |
A. Scope of Insurance – The Contractor shall procure and maintain at its own expense, the following minimum insurance coverage, unless otherwise specified in the agreement, contract or lease.
B. Indemnification – The Contractor shall indemnify and hold harmless the City and its officers and employees, from liabilities, damages, attorneys’ losses, and costs, including, but not limited to, reasonable fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contract and other persons employed or utilized by the Contractor in the performance of the contract.
C. Certificate of Insurance – The Contractor shall provide evidence of required minimum insurance by providing the City an ACORD or other Certificate of Insurance in forms acceptable to City, before any work under the agreement, contract, or lease begins. Except for workers’ compensation and professional liability, the Contractor’s insurance policies shall be endorsed to name the City of Leesburg as additional insured to the extent of the agreement, contract or lease.
D. Comprehensive General Liability – The Contractor shall purchase and maintain Commercial General Liability coverage on forms no more restrictive than the latest editions of the Commercial General Liability policies of the Insurance Services Office (ISO). The Commercial General Liability policy shall provide minimum limits of $1,000,000 per occurrence combined single limit that includes coverage for bodily and personal injury and property damage liability for premises, operations, products and completed operations*, independent contractors, contractual liability covering the agreement, contract or lease, broad form property damage coverage, and property damage resulting from explosion, collapse or underground exposures (x,c,u).
For remodeling and construction projects, the Contractor shall purchase and maintain products and completed operations coverage for a minimum of three (3) years beyond the City’s acceptance of the project.
E. Business Automobile Liability – The Contractor shall purchase and maintain Business Automobile Liability coverage on forms no more restrictive than the latest editions of the Business Automobile Liability policies of the Insurance Services Office (ISO). The Business Automobile Liability policy shall provide minimum limits of $1,000,000 per occurrence combined single limit that includes coverage for claims for bodily injury and property damage arising from the use of motor vehicles, including on-site and off-site operations, and owned, non-owned and hired vehicles, and employee non-ownership use.
F. Workers’ Compensation – The Contractor shall purchase and maintain Worker’s Compensation insurance for all workers’ compensation obligations imposed by state law and with employers liability limits of at least $100,000 each accident and $100,000 each employee with $500,000 policy limit for disease. Contractors exempt from maintaining Workers’ Compensation insurance must provide a valid certificate of exemption issued by the State of Florida.
G. Liability – The Contractor shall hold and save the City of Leesburg, its officers, agents, and employees harmless from liability of any kind in the performance of or fulfilling the requirements of a Contract resulting from this solicitation.
All limits are per occurrence and must include Bodily Injury and Property Damage. An insurance carrier must issue all policies with a financial stability that is acceptable to the City’s Risk Manager.
All policies are to be considered primary to City coverage and shall not contain co-insurance provisions.
Policies other than Worker’s Compensation shall be issued only by companies authorized by maintaining certificates of authority issued to the companies by the Department of Insurance of the State of Florida to conduct business in the State of Florida and which maintains a Rating of “A” or better according to the A.M. Best Company. Policies for Worker’s Compensation may be issued by companies authorized as a group self-insurer by F.S. 440.57.
CERTIFICATION:
1. The “official” solicitation document, including specifications, and Proposal Bid Form, and solicitation posting is available from the City’s Procurement Division or through the City’s e-Procurement portal (OpenGov).
2. Interested Bidders should inquire on the solicitation documents directly from the City’s e-Procurement portal.
3. This will ensure that Bidders have a complete official solicitation package and record interested Bidders’ contact information for issuance of any addenda and receive solicitation status updates.
4. The City is not liable for any errors, omissions, etc. of solicitation postings or any solicitation documents obtained from any sources other than those listed above. The City is not responsible for the accuracy, completeness, or timeliness of any documentation or postings the Bidder receives from any other source.
Any exceptions to the insurance requirements and limits must be noted as instructed herein.
A. Sub-Contractors List:
Bidders are required disclose a complete list of sub-contractors (Important: review Section 3 “Insurance Requirements Specifications” for sub-contractor insurance requirements). Bidders are required to use the form provided with this solicitation document and submit the list with their Proposal Bid Form. Sub-Contractors list is required and not a technicality that the City waives. Therefore, Bidders should make sure the list is submitted and complete by listing all trades required to complete this project that the Bidder will not perform. The City will reject any bid submittal that does not include a sub-contractors list or if the list is found incomplete. Bidders are not allowed to change or add sub-contractors without just cause approved by the City.
B. Suppliers List:
Bidders are required to disclose a complete list of suppliers. Bidders are to use the form provided with this solicitation document and should submit the list with their Proposal Bid Form. The City will use the above list(s) during its evaluation of the bid(s). Therefore, Bidders should make sure the lists are complete and the information is accurate
The agreement(s) resulting from this solicitation will be a one-time purchase.
City staff will not provide solicitation updates or status information over the phone, by fax, or by e-mail. This information is available electronically. To obtain current information regarding this Solicitation visit our Solicitation Posting website.
The appropriate policies are to be endorsed to include the City of Leesburg as Additional Insured.
1. Unless otherwise stated, the prices will include all labor, equipment, tools, materials, and supplies and all other costs not specifically listed herein. Price will be all-inclusive with no additional hidden costs.
2. The Bidder will specify the price per unit of measure and the extended total, or the lump sum bid price if such is called for, for each item as well as the total price for the entire work under the contract. The unit price for each unit bid will be shown and such price will include packing unless otherwise specified. A total will be entered in the amount column for each item bid. In case of a discrepancy between a unit price and an extended price, the unit prices will be presumed to be correct.
3. The prices offered in this bid will remain firm during the initial period of the agreement.
1, The Procurement Division shall receive responses to this Solicitation via the City’s eProcurement platform, OpenGov, no later than the deadline due date and time established within the Solicitation. Responses will not be accepted by any other means.
a. ELECTRONIC SUBMISSIONS (Mandatory Method)
Enter information and upload completed Forms/Documents using the City’s online solicitation management portal (see the above paragraph titled “Official Solicitation Documents and Solicitation Posting” Service”. Visit our Solicitation Posting website.
Vendors will need to log in or create an account in advance of uploading submissions.
When submitting an offer electronically through the Solicitation Posting portal, please allow sufficient time to complete the online forms and upload documents. The solicitation will end at the closing time listed in the solicitation. If you are in the middle of uploading your documents at the closing time, the system will stop the process and your offer will be put at a “draft” status and will not be accepted. Only bids that have a status of “Submitted” within OpenGov will be accepted for review.
It is recommended that the submission process be completed the day prior to the due date, with the knowledge that any changes/updates will be accepted up to the due date and time.
If technical difficulties arise during the submission of the Solicitation response, it is the Submitting Vendor’s responsibility to contact OpenGov technical support. For support, click on the “Help” link on the Solicitation Posting portal.
Should any technical issues with the Platform (not user/Vendor issues) prevents any Vendor from submitting a response within the two (2) hours immediately before the due time, the solicitation due date and time may be extended thru the issuance of an addendum by the City. The technical issue must be by the Platform provider (OpenGov) and affect all participating Vendors. The City shall verify the technical issue or unavailability of the Platform with OpenGov, the system provider. Technical issues localized to a single vendor will not be considered a red cause for an extension. City shall not be responsible for delays caused by any other occurrence.
2. The City and the Solicitation Posting portal site will accept a wide variety of document types, such as Word, Excel, and PDF, though not all formats are supported You MAY NOT submit documents that are embedded (zip files), movies, wmp and mp3 files or password protected files, and printing must be enabled. Such actions may cause your submittal to be deemed as "Non-responsive".
3. Your submittal package may include but is not limited to, the Proposal Bid Form, any other required forms, and each accompanying sheet on which an entry has been made by the submitting Bidder.
4. It is the Bidder’s responsibility to assure that the submittal is entered and posted online.
5. The City will in no way be responsible for delays in the online system or delivery to the Procurement Division caused by delivery service (US Postal Service, FedEx, UPS, etc.), delivery to any other City office other than the above addresses, traffic, parking, location of facilities or office, or delays caused by any other occurrences.
6. Under no circumstances will submittals received after the due date and time specified to be considered. Submittals received after the due date and time will be disqualified as late and will not be recorded as a responding Vendor. Submittals delivered to the City will be returned to the Vendor unopened.
7. Do not return the entire solicitation package. Only the Proposal Bid Form, any other required forms, and each accompanying sheet on which an entry has been made by the Submitting Vendor should be included in their Submittal package.
8. For Products Only: The Bidder represents that the product(s) to be furnished under this Solicitation is/are new and unused unless specifically so stated and that the quality has not deteriorated so as to impair its usefulness.
Bidder is to submit proof of insurance in the form of a Certificate of Insurance or Insurance Declaration page. This should comply with all limits as addressed in Section 3. If the Bidder currently does not meet all the limits outlined in Section 3 the Bidder shall supply with their submittal a letter from their insurance company that they are able to purchase the required limits of this solicitation.
In the cancellation clause of the Certificate of Insurance the words "ENDEAVOR TO" and "BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVE" shall be excluded and the number "30" inserted in the blank space provided before the words "days prior notice...".
The Bidder should be in business for three (3). The City will confirm years in business on the State of Florida Department of Corporations SunBiz website (http://dos.myflorida.com/sunbiz/search/). If the search yields no results, the Bidder is to submit other similar evidence acceptable to the City, such as:
Note: If there was a name change within the past three (3) years, legal evidence of such name change filing may be required.
1. Only the Bidder is solely responsible for reading and completely understanding the bid documents and attachments (if any). Failure to do so will be at the Bidder's risk.
2. All bids accepted by the City are subject to the City’s terms and conditions and any and all additional terms and conditions submitted by the Bidders are rejected and shall have no force and effect.
3. Bids MUST be submitted on the attached Proposal Bid Form. The Proposal Bid Form is a mandatory form to ease bid tabulation and analysis; however, additional supportive forms can accompany it. Bids submitted in any other format will be disqualified.
4. Each Bidder will furnish the information required on the Proposal Bid Form and each accompanying sheet thereof on which he makes an entry. All prices and blank spaces in the Proposal Bid Form and accompanying sheets must be filled in legibly and correctly in ink or typed written. No erasure permitted. Mistakes may be crossed out, corrections typed adjacent, and must be initialed and dated in ink by the person signing the bid.
5. An officer or representative who has official authorization to sign bids MUST sign the Proposal Bid Form. All bids must be signed with the firm name and by a responsible officer or employee. Obligations assumed by such signatures must be fulfilled. If the bid is made by an individual, he must sign his name therein and state his business address and the name and address of every other person interested in the bid as principal. If the bid is made by a firm or partnership, its name and business address must be stated as well as the name and address of each member of the firm or partnership. If the bid is made by a corporation, the bid must be signed by some authorized officer or agent, subscribing the name of the corporation with his own name and affixing the corporation seal.
6. An unsigned bid is not a valid offer and therefore, must be signed to be considered by the City.
7. ELECTRONIC SIGNATURES
In accordance with Section 668.001 through 668.06, Florida Statutes, the City will accept electronically filed and signed documents in regards to the execution of contracts and contract related documents meeting the requirements as stated in the City’s Procurement Policy.
The contractual obligations of the City under this agreement are contingent upon the availability of appropriate funds from the funding partner (FDOT).
1. The successful Bidder will be required to provide within ten (10) days after Notice of Award, to the Procurement Division Manager, a Certificate of Insurance demonstrating that the successful Bidder is carrying sufficient insurance at the established limits below.
2. The City’s Risk Manager shall review the Certificate of Insurance, for determination of adequate coverage. Services will not be ordered or officially commenced until the Certificate has been received and approved by the Risk Manager.
The Bidder is to complete and submit references on the City provided List of References Form.
Provide a minimum of three (3) references. References shall be of similar scope and supplied within the past three (3) years. References must be able to attest without reservation to the fact that the Bidder provided the contracted goods/services without a significant problem of any kind during the contract period.
1. No exceptions shall be permitted to the bid documents or bid specifications.
1. It is hereby made a part of this Invitation to Bid that the submission of any bid response to this request constitutes a bid made under the same terms and conditions, for the same contract price, to other government agencies if agreeable by the Bidder and the governmental agency.
2. At the option of the vendor/contractor, the use of the contract resulting from this solicitation may be extended to other governmental agencies, including the State of Florida, its agencies, political subdivisions, counties, and cities.
3. Each governmental agency allowed by the vendor/contractor to use this contract shall do so independently of any other governmental entity. Each agency shall be responsible for its own purchases and shall be liable only for goods or services ordered, received, and accepted. No agency receives any liability by virtue of this bid and subsequent contract award.
The estimated quantities of work to be done and materials to be furnished under this bid are to be considered as approximate only and are to be used solely for the comparison of bids received. The City reserves the right to purchase any, all, or none of its requirements from the Bidder(s) awarded the bid. The City does not expressly or by implication represent that the actual quantities involved will correspond exactly therewith, nor will the Bidder plead misunderstanding or deception because of such estimates of quantities or of the character, location, or other conditions pertaining to the work. Payment to the Successful Bidder/Contractor will be made only for the actual quantities of work performed and/or materials furnished in accordance with the bid documents, and it is understood that the quantities may be increased or diminished without in any way invalidating any of the unit or lump sum prices bid. The City does not expressly or by implication represent that the actual quantities involved will correspond exactly therewith, nor will the Bidder plead misunderstanding or deception because of such estimate of quantities or of the character, location, or other conditions pertaining to the bid requirements. Payment to the Successful Bidder/Contractor will be made only for the actual quantities of work performed and/or materials furnished in accordance with the bid documents, and it is understood that the quantities may be increased or diminished without in any way invalidating any of the unit or lump sum prices bid.
Vendor should not be on the State of Florida's “Scrutinized List of Prohibited Companies” List. The City will verify vendor is not on the list at Scrutinized List of Prohibited Companies.
1. Bids may be withdrawn or corrected prior to the due date and time by written request dispatched by the Bidder and received by the Procurement Division before the time for receiving bids has expired. Written requests hand delivered to the Procurement Division may also require identification, such as a business card and/or driver’s license.
2. After the bid due date and time, a Bidder cannot withdraw or correct a bid. Negligence on the part of the Bidder in preparing a bid is not grounds for withdrawal or modification of a bid after the bid’s due date and time. The bid submitted must be in force for 65 calendar days after opening. Bidders may not assign or otherwise transfer their bid.
1. The City’s Risk Manager shall review the certificate of Insurance for determination of adequate coverage.
2. Item/Service will not be ordered until Certificate has been received and approved by the Risk Manager.
The Successful Bidder must comply with all applicable federal, state, and local laws guidelines, regulations, etc. This includes, but is not necessarily limited to, DOT, OSHA, EPA, FAA and DEP.
1. Every request for interpretations or corrections, whether technical or general in nature, must be submitted in writing via the City’s eProcurement portal, OpenGov.
2. These inquiries must be received by the Procurement Division via OpenGov, the City’s eProcurement platform, no later than Tuesday, April 7, 2026, 5:00 pmin order to provide adequate response time to queries and issue an addendum, if necessary.
3. Questions concerning the technical specifications will be forwarded by this office to the appropriate requesting department/division. All Prospective Bidders are not to contact any member of the Leesburg staff or officials other than the above specified contact person unless explicitly authorized by this office.
Vendor should not be on the Federal Excluded Parties List. City will verify vendor is not an excluded party on the SAM website.
The successful Bidder shall indemnify and save the City harmless from and against all liability claims for damages, and suits for injury to any person or persons, or damages to any property of any kind whatsoever arising out of or in any way connected with the services provided for in this agreement. This agreement by the successful Bidder to indemnify and hold the City harmless shall include all charges, expenses, and costs, including attorney’s fees, incurred by the City on account of or by reason of such injuries, damages, liability, claims, suits or losses on damages growing out of same.
Whenever in these bid documents a reference is made to any of the codes, standards, or requirements by abbreviation or name, it will be understood that the codes, standards, and requirements in effect on the date of the advertisement for bid will govern.
1. No interpretation of the meaning of the bid documents, attachments (if any), or any other related documents, nor correction of any apparent ambiguity, inconsistency, or error therein, will be made to any Bidder orally.
2. Only the interpretation or correction given and issued thru a written addendum by the Procurement Division will be binding, and potential proposers are warned that no other source is authorized to give information concerning, explaining, or, interpreting the Solicitation documents.
3. Changes to this Solicitation, when deemed necessary by the City, will be completed only by written Addendum(s) issued prior to the bid submittal deadline. Addenda to the Solicitation will be posted on the City's e-Procurement portal, OpenGov, as they are issued. Bidders are required to register for an account via the City eProcurement Portal hosted by OpenGov. Once the bidder has completed registration, they will receive addenda notifications to their email by clicking “Follow” on this project. Ultimately, it is the sole responsibility of each bidder to periodically check the site for any addenda at https://procurement.opengov.com/portal/leesburgflorida.
4. It is the Bidder’s sole responsibility to assure and acknowledge receipt of all Addendums. Bidders should acknowledge the receipt of all addenda as part of their submission. In case any Bidder fails to acknowledge receipts of any such addendum in the space provided on the Proposal Bid Form, the bid will nevertheless be construed as though the addenda have been received and acknowledged, and the submission of the bid will constitute acknowledgment of the receipt of addenda.
Vendor is E-Verify registered. Bidder is required to provide a Memorandum of Understanding (MOU) issued by E-Verify with their submittal. E-Verify issues the Memorandum of Understanding once the full registration process is complete. The vendor must be registered before the submittal due date to comply with this section.
1. The City will hold a public opening immediately following the posted submittal deadline. This opening will be held via Zoom. Click on the link to access the Bid Opening: https://us02web.zoom.us/j/87391159198?pwd=hZBN7rnsvvUP1BAF3cbdEJEZViYAvo.1 . Meeting ID: 873 9115 9198. Passcode: 647400. 2.10.2 .
2. Whenever possible, the total base bid amounts tabulated by each Bidder will be read aloud at the public opening. However, bid amounts announced at the public opening are subject to change due to math errors made by Bidders.
Orders for items/services listed in this bid will be accomplished by an executed signed purchase order from the Procurement Division, only. Departments/divisions are not authorized to commit the City to orders.
All Bidders must disclose, with their bid submittal, the name of any officer, Director, or agent who is also an officer or employee of the City of Leesburg. Furthermore, all Bidders must disclose the name of any City of Leesburg officer or employee who owns, directly or indirectly, an interest of ten percent (10%) or more of the Bidder’s firm or any of its branches, subsidiaries, or partnerships. Failure to disclose in this manner will result in the disqualification of the Bidder or the cancellation of work. It is the sole responsibility of the Bidder to ensure compliance with this requirement. Please complete and submit the “CONFLICT OF INTEREST STATEMENT FORM” with your submittal.
The Solicitation Tabulation is typically posted to the City's eProcurement portal, OpenGov, within 48 hours after the submittal deadline. To obtain this information, see the above paragraph titled “Solicitation Updates/Status”. City Staff will not provide submittal results over the phone.
All Bidders shall file a statement executed by, or on behalf of the person, firm, association, or corporation submitting the bid certifying that such person, firm, association, or corporation has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action, in restraint of free competitive bidding in connection with the bid submittal. In addition, no City appropriated funds have been paid to any person for influencing or attempting to influence a member of the City Commission, City Manager or any City employee in connection with the awarded agreement as a result of this solicitation process. Please complete and submit “NON-COLLUSION/LOBBYING CERTIFICATION FORM” with your submittal.
The prospective contractor certifies, by submission of a bid and signing the “Proposal Bid Form”, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency.
1. No payment will be made for materials ordered or services performed without proper purchase order authorization.
2. Payment will be accomplished by submission of the invoice, in duplicate, with the Purchase Order number referenced thereon. Invoices shall be delivered electronically to the Engineer of Record for review, approval, and submission to the City for processing.
3. Payment terms are Net 30 days upon delivery and acceptance.
4. When applicable, the City is subject to Florida’s Prompt Payment Act (see Florida Statutes, Section 218.70-218.79).
1. Specifications used are intended to be open and nonrestrictive. Any reference to a brand name will not be construed as restricting to that manufacturer, but used as a minimum standard of quality. When the Bidder makes no reference or change on the Proposal Bid Form, it is understood that the Bidder will furnish the specific brand named in the bid. If bidding on an item other than the make, model, brand, or number as shown and offered as an equal, complete technical information, specifications, manufacturers’ name, and catalog reference must be clearly stated on the Proposal Bid Form or attached letter. Any deviation between the brand offered and the brand specified must also be clearly indicated.
2. Certain items will be excluded from the above paragraph. The City has found it effective to standardize on certain items. A proper notation will be indicated in the bid for any such items.
Successful Bidder(s) will be required to submit Material Safety Data Sheets (MSDS), in two sets with this bid, and with each order delivered if the material ordered falls under the Right-To-Know Act.
Time of delivery is of the essence in the performance of the contract, and failure to perform in accordance with the delivery deadline(s) set forth in the bid document will constitute default. Unless a written extension is obtained from the City prior to the delivery deadline(s), there will be no excuse for untimely performance. The granting and duration of extensions will be subject to the exclusive discretion of the City.
1. The City may award any item or group of items or any bid unless the Bidder qualifies his bid by specific limitations.
2. The City reserves the right to accept and award or reject any or all bids, with or without cause, to waive technicalities, or to accept the bid which, in its judgment, best serves the interest of and is the best value to the City
1. Bidders will complete and return, with the Proposal Bid Form, a list of at least three (3) client/customer references including company name, contact person, and telephone number.
2. The List of References form provided in these bid documents should be used.
3. If the Bidder already has a preprinted list of references, then indicate on the City's List of References Form "See Attached List". Attach the preprinted list to the City's form and submit both with the Proposal Bid Form.
Pre-Bid Conference: The pre-bid (pre-proposal) conference shall be held at the time and date listed in the advertisement timeline.
Site Visitation: A site visit shall follow the pre-bid conference. No additional site visits shall be offered or granted.
The City is exempt from paying state and local sales tax when payment is made directly by the City (Florida Statute Ch. 212.08(6). This exemption does not include sales of tangible personal property made to contractors employed either directly or as agents by the City when such tangible personal property goes into or becomes a part of City inventory owned by the City. The City of Leesburg, Florida has the following tax-exempt certificates assigned:
Certificate of Registry No. 59-6000362 for tax-free transactions under Chapter 32, Internal Revenue Codes.
Florida Sales & Use Tax Exemption Certificate No. 85-8015934594C-5 (eff. thru 07/31/2027).
Unless expressly accepted by the City, only the terms and conditions in this document shall apply. No additional terms and conditions included with the bid response shall be considered. Any and all such additional terms and conditions shall have no force and effect and are inapplicable to this bid if submitted either purposely through intent or design or inadvertently appearing separately in transmittal letters, specifications, literature, price lists, or warranties. It is understood and agreed that the general and/or any special conditions in this Bid Document are the only conditions applicable to this bid and the Bidder’s authorized signature on the Proposal Bid Form attests to this. Exceptions to the terms and conditions will not be accepted.
As a result of bids received under this Invitation, the award of the bid/contract may be based, in whole or in part, on delivery and specification factors. Accordingly, should the Bidder not meet the delivery deadline(s) set forth in the specifications or should the Bidder fail to perform any of the other provisions of the specifications and/or other contract documents, the City may declare the Bidder in default, and terminate the whole or any part of the contract. Upon declaring the Bidder in default and terminating the contract in whole or in part, the City may procure and/or cause to be delivered the equipment, supplies, or materials specified, or any substitutions therefore, and the Bidder will be liable to the City for any excess costs, including but not limited to any reasonable attorney fees should any element of default be litigated in court or disputed in such a manner that requires the services of an attorney, resulting therefrom. Where the Bidder fails to comply with any of the specifications, except for delivery deadlines, the City may, at its discretion, provide the Bidder with written notification of its intention to terminate for default unless prescribed deficiencies are corrected within a specific period. Such notification will not constitute a waiver of any of the City's rights and remedies hereunder.
Except as otherwise provided, the Successful Bidder agrees to indemnify the City and its officers, agents, and employees against liability, including costs and expenses for infringement upon letters patent of the United States arising out of the performance of this bid/contract or out of the use or disposal by or for the account of the City of supplies furnished or services or construction work performed hereunder.
The City of Leesburg is a public agency subject to Florida Statute, Chapter 119 (Florida’s Public Records Law). The Contractor that enters into a contract for services with a public agency shall comply with Florida’s Public Records Law. Specifically, the Contractor shall:
PUBLIC RECORDS CUSTODIAN
If the Contractor has questions regarding the application of Chapter 119, Florida Statutes, to the Contractor’s duty to provide public records relating to this contract, contact the Custodian of Public Records at:
City Clerk
West 501 Meadows Street
Leesburg, Florida 34748
(352) 636-5109
1. By submitting a response to this Solicitation and if awarded this Solicitation, you are obligated to comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility."
2. Further, by your response to this Solicitation and if awarded this Solicitation you affirm and represent that you are registered with the E-Verify system and are using the same, and will continue to use the same as required by Section 448.095, F.S.
3. Compliance with Section 448.095 includes, but is not limited to, utilization of the E-Verify System to verify the work authorization status of all newly hired employees, and requiring all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an unauthorized alien.
4. Failure to comply will lead to disqualifying you for award of this Solicitation, entering into a contract, and/or, cancellation of an active contract, or if your subcontractor knowingly violates the statute, the subcontract must be terminated immediately.
5. Any challenge to termination under this provision must be filed in the Circuit Court no later than 20 calendar days after the date of termination. If terminated for a violation of the statute by the Vendor/Contractor, the Vendor/Contractor may not be allowed to do business with the City or be awarded a solicitation or contract for a period of 1 year after the date of termination. All costs incurred to initiate and sustain the aforementioned programs shall be the responsibility of the Vendor/Contractor.
By submission of this bid, the Bidder certifies, and in the case of a joint bid each party thereto certifies as its own organization, that in connection with this procurement:
The City reserves the right, before awarding the Bid, to require a Bidder to submit such evidence of its qualification(s) as it may deem necessary, and may consider any evidence available to it of the financial, technical, and other qualifications and abilities of a Bidder. Bidders may be required to show that they have had experience in work of the same or similar nature and that their organization has been in formal existence and engaged in similar type work for not less than five (5) years.
Any of the following causes may be considered as sufficient for the disqualification of a Bidder and the rejection of his bid:
Bids will be considered irregular and may be rejected if they show omissions, alterations of form, additions not called for, conditions, limitations, unauthorized alternate bids, or other irregularities of any kind. The City reserves the right to waive any informalities or irregularities of bids, or to reject any or all bids.
1. The correct summation of the correct products, obtained by multiplying the estimated quantities shown on the Proposal Bid Form and/or Itemized Bid Tabulation by the unit bid prices entered therein, together with the lump sum bid prices, if any, will be considered as the total bid price. In the event of a discrepancy between a unit bid price and an extension, the unit bid price will govern.
2. The bid, if awarded, will be awarded to that responsible Bidder whose bid is in the best interest of, best value to, and most advantageous to the City. Factors the City could include, but may not be limited to, price, compliance with specifications, Bidder’s ability to perform, prior performance (if any) with the City, warranty offered, delivery or time of completion, Bidder's financial capability, and other factors specified in the bid.
3. The tentative award recommendation posting date is in the Timeline in the General Specifications Section. However, this date is subject to change.
Samples of items, when required, must be furnished free of expense to the City and if not called for within thirty (30) days from the date of notification to retrieve, the same will be disposed of in the best interest of the City.
In accordance with paragraph (2)(a) of Section 287.133, Florida Statutes, "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 bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids 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 over the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list."
1. In Accordance with Section 287.087, Florida Statutes, “Whenever two or more bids, proposals, or replies that are equal with respect to price, quality, and service are received by the state or by any political subdivision for the procurement of commodities or contractual services, a bid, proposal, or reply received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process.”
2. Established procedures for processing tie bids will be followed if none of the tied vendors has a drug-free workplace program.
3. In order to have a drug-free workplace program, a business shall comply with the requirements as established in the statute. If your business complies with these requirements and would like to be given preference, in case of a tie bid/proposal, then the vendors will be asked to complete a "Drug-Free Workplace Program Certification Form". The Bidder is not required to complete the form at this time.
Florida law (Florida Statute 119, the Public Records Law) requires that municipal records shall at all times be open for personal inspection by any person. Information and materials received by City in connection with a solicitation response shall be deemed to be public records subject to public inspection upon award, recommendation for award, or 30 days after bid opening, whichever occurs first. However, certain exemptions to the public records law are statutorily provided for in Section 119.07, F.S. If the Submitter believes any of the information contained in their response is exempt from the Public Records Law, then the Submitter, must in their response, specifically identify the material which is deemed to be exempt and cite the legal authority for the exemption. The City's determination of whether an exemption applies shall be final, and the Submitter agrees to defend, indemnify, and hold harmless the City and the City's officers, employees, and agents, against any loss or damages incurred by any person or entity as a result of the City's treatment of records as public records.
In accordance with Florida Statute 286.011, all meetings, except as otherwise provided in the Constitution, at which official acts are to be taken are declared to be public meetings open to the public at all times, and no resolution, rule, or formal action shall be considered binding except as taken or made at such meeting. Reasonable notice of a meeting provided under the “Tentative Schedule of Activities” paragraph located in the General Specifications section.
Failure to observe any of the above instructions and conditions may constitute grounds for rejection of your bid.
In the event of conflicts or inconsistencies in the bid documents, priority will be given to the requirements in the Technical Specifications then to the General Specifications of the bid. Technical Specifications override the General Specifications and the General Specifications will override the Bidding Instructions, Terms, and Conditions.
All Bidders must disclose, with their bid submittal, the name of any officer, Director, or agent who is also an officer or employee of the City of Leesburg. Furthermore, all Bidders must disclose the name of any City of Leesburg officer or employee who owns, directly or indirectly, an interest of ten percent (10%) or more of the Bidder’s firm or any of its branches, subsidiaries, or partnerships. Failure to disclose in this manner will result in the disqualification of the Bidder or the cancellation of work. It is the sole responsibility of the Bidder to ensure compliance with this requirement. Please complete and submit the “CONFLICT OF INTEREST STATEMENT FORM” with your submittal.
All Bidders shall file a statement executed by, or on behalf of the person, firm, association, or corporation submitting the bid certifying that such person, firm, association, or corporation has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action, in restraint of free competitive bidding in connection with the bid submittal. In addition, no City appropriated funds have been paid to any person for influencing or attempting to influence a member of the City Commission, City Manager or any City employee in connection with the awarded agreement as a result of this solicitation process. Please complete and submit “NON‐COLLUSION/LOBBYING CERTIFICATION FORM” with your submittal.
The prospective contractor of the City of Leesburg, certifies, by submission of a bid and signing the “Proposal Bid Form”, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. Please complete and submit “DEBARMENT, SUSPENSION AND OTHER RESPONSIBILITY MATTERS CERTIFICATION FORM” with your submittal.
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.
Please download the below documents, complete, and upload.
Ex. various Micologix SCADA parts from qualified vendor to support its wastewater treatment operations
Q (Davis Bacon Wage Determination ): Please confirm whether Davis-Bacon prevailing wages are required for this project. If applicable, kindly provide the current wage determination(s) to be used for bidding purposes.
A: Davis-Bacon prevailing wages are not required for this project.
Q (geo tec): is there a soils report?
A: Geotechnical investigation data has been included as an attachment to this addendum, and the geotechnical investigation report has been added to the Attachments section in OpenGov.
Q (Architectural and Structural Drawing): Only plans attached are Civil Plans. Please provide the Architectural, Structural and MEP plans.
A: The building for this project is a delegated design. The pre-engineering metal building design and shop drawings shall be prepared by the awarded bidder in accordance with the design criteria package provided in the bid documents.
Q (BC or GC License?): Is a Florida Building Contractors (BC) license sufficient for this pursuit, or is a State of Florida General Contractor (GC) license required to qualify for this project?
A: Certified General Contractor (CGC): A Florida licensed General Contractor who has been certified in accordance with Florida Statutes, Section 489.
Q (Bid Form-Excel Format ): Can we please obtain the bid form in Excel format? We don't have access to a locked formula spreadsheet. Thank you.
A: The bid form can be viewed and downloaded from Section 5. BID FORM on OpenGov.
Q ( Key Note 4 Clarification on Drawing 108 (South Elevation)): 1. Drawing 108 has Key Note 4 in various places on the South side of the new hangar that appear to be directed towards existing structures in place. Key Note 4 on this same sheet references Concrete to Asphalt Keying Detail. Is this correct or a misnumbered Keyed Note?
A: The keyed notes referenced on Drawing 108 were incorrectly labeled as “4” instead of “3”. Keyed notes have been updated and a revised Drawing 108 has been included as an attachment to this addendum, and a copy has been uploaded to the attachments section within OpenGov.
Q (Quantity Clarification for Wall Hydrants/Hose Bibs per Unit): Wall Hydrants/Hose Bibs are listed as requested by the Owner in the DCP. How many per unit shall we include pricing for? 1 each? Please advise.
A: Contractor to include 1 hose bibb per bay.
Q (Confirmation of Gravity Sewer System vs. Grinder Pumps): Please confirm that all sewer systems for the (4) units are to be gravity and that no grinder pumps are required.
A: Confirmed.
Q (ADA Restroom Size and Wall Height Requirements): Please advise if the ADA bathrooms are to be kept at the smallest allowable size per ADA code requirements or if there is a specific size restroom desired by the Owner. Are the walls for the ADA bathrooms intended to go from floor to roof deck or can the top of walls/ceiling be at 8ft AFF?
A: Bathrooms are kept to a minimum ADA size. If door swings in, make sure all floor spaces in front of the sink and toilet meet the necessary ADA clearances. Ceiling can be capped with a hard lid at 8’-0” A.F.F. Contractor shall also include a janitor sink within this room as well.
Q (Future Overhead Coiling Doors Scope and Power Requirements): Where specifically would the future overhead coiling doors be located within the hangar units? At the rear wall adjacent to the restroom? Please confirm we should not include cost for the furnish/installation of the coiling doors in this current solicitation. Will we need to factor in power for an overhead door motor into our pricing?
A: To be consistent with each bay, provisions for an overhead door shall be located in the middle of the rear wall (opposite the main hangar door). The overhead doors are manually operated.
Q (Floor Drain and Oil/Water Separator Requirements per Unit): DCP mentions an oil/water separator for floor drains if provided in the hangar space. Does each unit need to have its own floor drain within the hangar space?
A: Each unit shall have its own floor drain.
Q (Electrical Metering Discrepancy (Individual vs. Master Meter)): The DCP is contradictory in regards to the Electrical System. Pg 6 of DCP states that all (4) units will be metered individually. Electric Service & Power Distribution on Pg 17 states it will be a single service & master metered. Please advise which is correct.
A: All (4) units will be metered individually.
Q (Restroom Door Type and Material Requirements): DCP does not specify what the desired door type is for the restroom. Will these be wood doors with hollow metal frames? Do they need to be hollow metal doors? Please advise
A: The restrooms should have both hollow metal doors with hollow metal frames. Include a 12”x12” louver at the bottom of the door for fresh air.
Q (Restroom Finish Requirements (Walls and Flooring)): DCP does not specify what the desired finishes for the restrooms are. Will the wall finish be painted drywall or FRP paneling? Is there any tile flooring required? Please advise
A: The design intent is to use FRP panels for the full height on all walls, epoxy flooring and vinyl wall base.
Q (Roof and Wall Panel Specification Conflicts (Section 13 34 19)): 13 34 19 specifies roof & wall paneling that is somewhat contradictory. 2.4 A & B both specify galvalume finish & 26 ga panels. 2.4 F states 24 ga panels with G90 galvanizing. And 2.4 H states panels should receive Kynar 500 finish on exposed surfaces and prime coat on concealed surfaces with color by Architect. Please advise which is correct.
A: Contractor shall use a galvalume finish and 26 GA panels.
Q (Signage Requirements Clarification (Section 10 14 00 vs. DCP)): DCP Pg 10 under 10 14 00 Signage indicates requirements for illuminated monument sign and building signage; however spec section 10 14 00 does not specify requirements for these two items. Please advise if they are required.
A: Neither illuminated monumental signage nor building signage is required for this project. The Owner will provide signage on a tenant-to-tenant basis.
Q (Aircraft grounding receptacle clarification): Are aircraft grounding receptacles going to be required in each hangar unit?
A: Yes. 1 aircraft grounding receptacle shall be provided within each hangar unit.
Q (Height of PEMB): What is the eave height of the new PEMB building? What is the roof pitch desired please?
A: Eave height shall be 21’-2” as stated in the Design Criteria Package located in the project bid documents. Desired roof pitch shall be 12:1.
Q (Technology): Will there be a need for Electrical, Fire and technology in this project??
A: Question unclear. Please provide additional information.
Q (No subject): What are the anticipated starting and completion dates?
A: The start date shall be the earliest date practical once shop drawing approvals and material procurement has been completed. Substantial completion shall be 150 contract calendar days after the issuance of the Construction Notice to Proceed.
Q (Bid Bond Form): Could you please confirm if there is a required Bid Bond Form from the city? If so, could you please provide?
A: The City does not have a preferred format for the Bid Bond. A standard AIA Document A310 Bid Bond, or and equivalent form shall suffice.
Q (Hydraulic Hangar Door Clarification ): Please advise if the Higher Power hydraulic hangar doors are intended to be hot-dipped galvanized. DCP 08 36 19 item #4 indicates the finish to be factory-prime, field-painted; however, spec section 08 36 19 references a galvanized zinc coating. Higher Power typically charges an additional cost for the hot-dipped galvanized option.
A: Finish to be factory primed, field painted.
Q (Addendum #1 Question #12 Clarification ): In regard to Addendum #1 Question #12 response: Is the intent for there to be (4) separate electric services for the (4) hangar units, as well as (1) common House Panel that will service the exterior lighting and power needs not specific to the four units? The DCP somewhat references this, but it isn’t entirely clear. Can the DCP be revised to specifically state the individual metered units rather than specifying a 1,200-amp MDP?
A: Owner has revised direction to the following: The hangar building will be provided with a 1200amp total capacity main (208V/120V, 3Ø, 4-wire) to an exterior mounted service rated disconnect and wireway. The wireway shall serve individual meters and disconnects for four (4) tenant spaces and a house panel (5 total at 200 amps each). Feeders shall be provided from this exterior mounted wireway to interior panels in each tenant space (200A 208/3ph each). The house panel may be exterior mounted at 200a as well. All exterior lighting and power needs will be supplied by the house panel. Power devices and lighting in each hangar space will be powered via the associated sub-panel located within the space.
Q (Addendum #1, Question #11 Clarification ): In regard to Addendum #1, Question #11: Is there a minimum size oil/water separator that is to be required? Is there a basis of design for the separator that we can research and include?
A: Sizing will be predicated on floor area served per drain per FPC 1003.4.2.2. A good basis of design (sizing to be adjusted as required) is Zurn 1188-450-E-HD.
Q (Bid Form Clarification ): Item Number 19 on the Bid Form is a bit confusing when looking at SP-01 specification in the Project Manual. Under SP-01-5.1, the DDCV is listed as an Allowance however, on the Bid Form, it shows a Qty of 1 Ea. Does the $20,000 allowance include this DDCV & associated work? Does the allowance include the wet tap? Please provide further clarification on the SP-01 Allowance criteria vs what the GC is supposed to include in the other SP-01 bid items.
A: The allowance is intended to cover costs levied by the City or AHJ for assistance with potable water installations including inspections, oversight, testing, monitoring or self-performance of portions of the work at the AHJ’s discretion.
Q ( SP-03 Allowance Clarification ): Can you please advise what work the SP-03 Allowance of $50,000 is supposed to include? Is the allowance supposed to be for work separate from Bid Item Numbers 11 & 12 from the Bid Form? Please advise.
A: The allowance is intended to cover costs levied by the City or AHJ for assistance with the sanitary sewer installations and connections to the existing sewer. Specifically, this allowance shall cover costs incurred by the City or AHJ to oversee the connection to the existing gravity sewer main. Due to recent simplification of scope for the sanitary sewer installations, the allowance shall be reduced from $50,000.00 to $5,000.00. The cost of cleanouts, connections, bends, elbows, Y’s, and other appurtenances shall be incidental to the cost of the 4-inch and 6-inch sewer lateral line items.
Q (Roofing Clarification ): Please confirm the gable-style roof is acceptable for the hangar per DCP. The most recently completed box hangars at KLEE are a single-slope roof style, not gable
A: Owner has confirmed that a single-sloped roof is preferred to match the existing surrounding hangars. Roof shall be sloped from front to back. A gutter and downspout system shall be included and direct connections to adjacent stormwater infrastructure shall be provided. Slopes and elevations shall be field coordinated.
Q (Multiple Questions): 1. Will the house panel be 100amp, can we feed it from the transformer with XHHW aluminum feeders? Will one exterior 120v 20amp GFCI receptacle be sufficient located under the house panel? We already know the voltage will be 120/208v three phase. 2. How many exterior wall packs will be needed feed from the house panel, and locations, what wattage and cut off is required, will they be photocell or time clock controlled? 3. What size do the (4) interior electrical panels need to be 100amp, 150amp or 200amp? 4. Can we use XHHW aluminum on the hanger tenant service laterals and panel feeders? 5. Please provide a part number for the aircraft grounding terminal. One for each hanger, also can we tie to footer steel with them or do we need to take our grounding wire back to the service ground. Also what size of copper conductor do we need to run to each grounding terminal? 6. What are the electrical requirements for the hanger door motors, also do we need to provide 120v control wiring and up/down button or will they be low voltage and the control button be provided by the door company. 7. Where will the fire sprinkler monitoring panel and flow and tamper be located? 8. Will each bathroom get a 20amp single pole circuit for a insta-hot? 9. Will each bathroom get a 20amp GFCI receptacle? 10. Will a hand dryer be required for each bathroom? if so will a 20amp single pole circuit be sufficient? 11. Will the interior hanger lighting be UFO style fixtures? 12. Will the hanger interior lighting need to be occupancy controlled as well as the bathrooms? 13. Please let us know of any specialized circuits such as welders, air compressors, and exhaust fans for the hanger bays. 14. If exhaust fans for the hanger bays are required, how will they be controlled thermostat or switch and who will be suppling and installing them them? 15. Will a interior fan be needed for the hanger bays such as manufacture “ BIG ASS FANS” if so who will be suppling and installing them, and please if needed give us the part numbers for the units. 16. How many interior 20amp GFCI duplex receptacles are needed and please provide locations for them. Will the demising walls between hanger units be drywall.
A: 1. It is acceptable to utilize aluminum conductors for main panel feeders. All branch circuiting shall be copper. All conduit and conductors shall be sized in accordance with NEC compliance. House panel size shall be minimum 200a. 2. Please see narrative: “Aircraft Hangar Building exterior lighting fixtures shall be LED wall packs installed above each personnel door with emergency backup options available and around the perimeter of the Aircraft Hangar. Exterior lighting fixtures shall be controlled by an astronomical time clock located outside of the building in a NEMA 3R enclosure.” Contractor shall assume that 10 additional wall pack lights will be installed around the perimeter of the building, in addition to the wall pack lighting over the personnel doors. 3. Owner has revised direction to the following: The hangar building will be provided with a 1200amp total capacity main (208V/120V, 3Ø, 4-wire) to an exterior mounted service rated disconnect and wireway. The wireway shall serve individual meters and disconnects for four (4) tenant spaces and a house panel (5 total at 200 amps each). Feeders shall be provided from this exterior mounted wireway to interior panels in each tenant space (200A 208/3ph each). The house panel may be exterior mounted at 200a as well. All exterior lighting and power needs will be supplied by the house panel. Power devices and lighting in each hangar space will be powered via the associated sub-panel located within the space. 4. It is acceptable to utilize aluminum conductors for main panel feeders. All branch circuiting shall be copper. All conduit and conductors shall be sized in accordance with NEC compliance. 5. Catalog# B165R, Nvent Erico Aircraft Grounding Receptacle with Ball Stud, 4-1/2”, removable 5/8” ball stud or approved equivalent. One shall be provided within each hangar space. Grounding conductor shall be #2 AWG Solid Copper Counterpoise. If ground rods are utilized, the impedance to ground of each ground rod shall not exceed 25 ohms prior to establishing connections to other ground electrodes or equipment. The fall-of-potential ground impedance test shall be utilized, as described by ANSI/IEEE Standard 81, to verify this requirement. Ground rods testing higher than 25 ohms shall have a minimum extension of ten (10) feet of ground rod added, driven to the proper elevation and re-tested. Extensions shall be attached by exothermic methods and re-testing performed until the tests show 25 ohms resistance or less. Tests shall not be performed within 72 hours after a rainstorm has ended or when standing water is present around the ground rod. 6. The basis of design is a “Higher Power Hydraulic Door”. Higher Power Hydraulic Doors utilize 208, 240, or 460 VAC, and voltages may be single or three phase. Door control is provided as an integral component of the Higher Power Hydraulic Doors. 7. The location of the panel shall be coordinated on site. 8. Coordinate with owner on exact make/model of water heaters and provide power as required. Options for both POU insta-hot EWHs and tank type are provided. 9. Yes. 10. Yes. Any power provided shall be coordinated with specific items designed/purchased. 11. Per Narrative: “In general, lighting will be by LED fixtures. The average maintained foot-candle levels for calculations shall be designed to be between 75 and 100 foot-candles. For areas other than the aircraft storage area or maintenance, the IES Handbook will be used for acceptable levels of illumination. Fixtures shall be controlled with multi-level switching and occupancy sensors to comply with Section 505 the 2023 Florida Building Code: Energy Conservation. Specific fixtures shall be as follows: Utility areas will have surface or pendant mounted LED 4’ industrial type fixtures with wire guards | Utility areas with lighting fixture mounting height of 15ft or higher shall utilize LED 2’x2’ high output high bay lighting. | Emergency lighting and exit signs will be provided as required by Section 1006 Means of Egress Illumination and Sign of the Florida Building Code. | Flammable storage rooms shall have explosion proof compact LED light fixtures, is applicable.” 12. See previous response. 13. Question to be addressed with Addendum #3. 14. An exhaust fan is required for each bathroom. Additional exhaust fans for the hangar bays are not a requirement of this bid. 15. No.
Q (License): Is a Florida Certified Building Contractor License acceptble? If not, could you please explain why ?
A: License requirements within Florida Statutes, Section 489 will govern.
Q (No subject): In the Project Manual and General Specifications the Hydraulic Door is noted supports a 55' wide x 15' high clear opening. 2.8 of section 13 24 19 of the Project Manual notes the Hydraulic Door shall be 45' x 15' high for clear opening. Please confirm the required clear opening dimensions of the 4 hydraulic doors, height and width.
A: Hangar hydraulic doors shall be 55' wide x 15' high clear opening.
Q (Builder's Risk Insurance): Will Builder's Risk insurance be required? If yes, any deductible requirements?
A: No.
Q (Engineer's Estimate / Proposed Budget): Please confirm whether an Engineer’s Estimate and/or a proposed project budget has been established for this project. If available, please provide the amount or range.
A: To ensure a fair and competitive bidding process, the project budget and engineer’s estimate will not be shared. Bidders should rely on the provided documents and their professional judgment in preparing submissions.
Q (Further clarification on Architectural, Structural, Mechanical, Electrical, Plumbing, and Fire Protection design drawings): Will this project be permitted through city of Leesburg and/or Lake County and will Prime Contractor be required to provide State of Florida signed and sealed project design documents for all items listed in subject line. Previous response item 3 only states that the pre-engineered metal building design and shop drawings be provided.
A: Permitting shall be through the City of Leesburg. State of Florida signed and sealed documents shall be required for the building permit application. Civil and utility installations have been separately coordinated through the City of Leesburg.
Q (No subject): Can you please tell me where to locate the DEBARMENT, SUSPENSION AND OTHER RESPONSIBILITY MATTERS CERTIFICATION FORM” ?
A: On the OpenGOV procurement portal, Section 4.10 “Debarment, Suspension, and Other Responsibility Matters Certification” has been updated to state that by submitting a bid and signing the Proposal Bid Form, the contractor certifies that neither it nor its principals are debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded by any Federal agency. Submission of the bid constitutes affirmation of this statement; no separate form is required.
Q (RFI): 1. Who is responsible for permit and impact fees? 2. Where are the locations of the HVAC fans? 3. What is the extent of the plumbing work?
A: 1. Permit and impact fees shall be paid by the Contractor and reimbursed by the Owner. 2. Please see mechanical narrative for restroom exhaust direction and coordinate with owner on any other fan details. 3. Please refer the DCP narratives on basic design information. Detailed information shall be coordinated with the owner as this is a DCP design/build project, and not a full design, bid and build.
Q (Budget): Could you confirm the budget for this contract?
A: To ensure a fair and competitive bidding process, the project budget and engineer’s estimate will not be shared. Bidders should rely on the documents provided and their professional judgment in preparing submissions.
Q (Roof Panel Type): Please specify roof panel type. Standing seam or exposed fastener?
A: Standing seam metal roof panel to be 24 ga. PBR 16” spacing. Metal wall panels to be 24 ga. PBR 12” spacing.
Q (PEMB Collateral Load): Please specify collateral load required for PEMB.
A: Industry standard states that 5 or 10 psf is a typical value specified for collateral load. These loads shall follow the FBC 2023 code requirements and be provided by the Pre-Engineered Building manufacturer within their design calculations for AHJ review and approval.
Q (Builders Risk Insurance): Is Builders' Risk required on this project?
A: No
Q (Hydraulic Door Dimensions): (Page 9 – Item 2.8 A.1) Could you confirm the correct hydraulic door dimensions: 55’-0” W x 15’-0” H (general requirements), or 45’-0” W x 15’-0” H (specified in item 2.8 A.1)?
A: 55’-0” W. x 15’-0” H. clear opening.
Q (Windows): (Page 11 – Item 3.2 A-1) Windows are referenced; however, they are not shown in the drawings. Please confirm whether windows are part of the project scope or if this is a standard specification note.
A: Windows are not required within the scope of work for this project.
Q (Roof Live Load Reduction): (Page 4) The 2023 FBC allows the main frames to be design with a 12 # live load, is that allowed ?
A: The design loads shall follow the FBC 2023 code requirements and be provided by the Pre-Engineered Building manufacturer within their design calculations for AHJ review and approval.
Q (Frame Configuration): (Page 6 – Item 2.3 D-2) Bent frame configuration references a mono-slope condition, while project requirements indicate a gable roof. Please clarify the intended structural configuration.
A: Owner has confirmed that a single-sloped roof is preferred to match the existing surrounding hangars. Roof shall be sloped from front to back. A gutter and downspout system shall be included and direct connections to adjacent stormwater infrastructure shall be provided. Slopes and elevations shall be field coordinated.
Q (Roof Overhang at Door): (Page 1 / Item 2.9 A) Please clarify roof vent requirements and confirm whether these elements are to be provided as part of the metal building system or coordinated with the mechanical (HVAC) scope.
A: There will be no roof vents now that the roof slope is single-sloped.
Q (Partition Walls): (Page 9 – Item 2.10) Please clarify the construction of full-height partition walls between hangar units, including whether these are single-skin panels or multi-layer assemblies, and whether insulation is required.
A: Interior wall separation for tenants (non-rated, not insulated); steel angle to be placed on one side of each separation wall (at the bottom) in case of emergency oils spills. Drywall is an acceptable material for demising walls.
Q (Roof Panel System): (Page 12 – Item 3.3) Section 3.3 references both single-skin and insulated composite roof panels, which appear to be conflicting systems. Please confirm the intended roof assembly.
A: Standing seam metal roof panel to be 24 ga. PBR 16” spacing with 6” thick vinyl insulation over purlins. Metal wall panels to be 24 ga. PBR 12” spacing with 4” thick vinyl insulation over girts
Q (Field Quality Control Reports): (Page 2) Please clarify required field inspections, testing scope, and documentation requirements.
A: Contractor shall be responsible for providing material testing services for subgrade, subbase, and base materials. Owner shall provide material testing services for concrete and asphalt. General inspection of the work shall be performed by the Engineer of Record, and building permit related inspections shall be performed by the City of Leesburg.
Q (Warranty Scope): (Page 3) The specifications require a 20-year weather tightness warranty for the metal roof system. However, the specified 26 GA screw-down roof panel system may not qualify for this warranty duration per manufacturer requirements, which may require a 24 GA standing seam system. Please clarify this discrepancy and confirm which requirement shall govern: the specified panel system (26 GA screw-down) or the 20-year weather tightness warranty requirement. Kindly confirm the acceptable roofing system to be used.
A: In order to get a 20-year warranty, a 24 ga. standing seam roof panel is acceptable.
Q (PEMB Roof): Is a single slope roof acceptable in lieu of gable roof?
A: Owner has confirmed that a single-sloped roof is preferred to match the existing surrounding hangars. Roof shall be sloped from front to back. A gutter and downspout system shall be included and direct connections to adjacent stormwater infrastructure shall be provided. Slopes and elevations shall be field coordinated.
Q (RFQ/Design-Build): Page 1 of the DCP refers to "submitting a Statement of Qualifications (SOQ) in response to this Request for Qualifications (RFQ)" and further states "This project will be awarded as a 'Design-Build Contract' as defined by FL Statutes, Section 87.055". The solicitation is listed as an IFB elsewhere. Can you please clarify if this solicitation is intended to be an IFB or an RFQ?
A: This solicitation is an IFB.
Q (Building Signage): Page 5 of the DCP includes 'Building signage for tenant and code requirements'. Can you please confirm the extent of building signage required for tenants? Will it be illuminated?
A: Refer to the answer to Question 16 within Addendum #1.
Q (Fire Wall): Please provide UL assembly number or detail on construction of 3-hr fire wall
A: This is the responsibility of the D/B firm.
Q (Hot water recirculation): DCP page 15, d., iii. refers to recirculating systems. Is a circulating pump required?
A: No.
Q (Foundations): There are no footing sizes, slab thickness, or reinforcement details for the concrete PEMB foundation. How should the foundation be priced?
A: Foundation size is dependent upon the PEMB manufacturer’s building specifications and shall be the responsibility of the D/B Firm.
Q (PEMB Overhang): 13 34 19, 2.4, E, states: "Roof sheets shall extend not less than 12" beyond the face of the door". Is the intent to have a 12" eave extension? On both eaves?
A: There are no eaves/overhangs.
Q (Panels): Please confirm wall panels are in fact to be 26 GA with Galvalume Finish, and not 24 GA with Kynar or 26 GA Silicone Modified Polyester (SMP) finish. Note--26 GA w/SMP finish would be most cost effective
A: Standing seam metal roof panel to be 24 ga. PBR 16” spacing with 6” thick vinyl insulation over purlins. Metal wall panels to be 24 ga. PBR 12” spacing with 4” thick vinyl insulation over girts.
Q (No subject): Please confirm if the roof slope of the building follows the 240 foot direction? Also, please provide collateral loads and any other loads on roof system?
A: Industry standard states that 5 or 10 psf is a typical value specified for collateral load. These loads shall follow the FBC 2023 code requirements and be provided by the Pre-Engineered Building manufacturer within their design calculations for AHJ review and approval. Industry standard states that 5 or 10 psf is a typical value specified for collateral load. These loads shall follow the FBC 2023 code requirements and be provided by the Pre-Engineered Building manufacturer within their design calculations for AHJ review and approval.
Q (No subject): Is prior approval necessary for alternate building manufacturers?
A: Provided that all requirements of the Design Criteria Package and the Bid Documents are met, no prior approval is required.
Q (No subject): Q28 states: “Permit and impact fees shall be paid by the contractor and reimbursed by the owner.” To ensure consistency in the bid process, could there be a fixed line item/allowance for permits and impact fees.
A: A new allowance line item has been added to the bid for Permit and Impact Fees.
Q (MEtal Building): Please advise how to submit additional PEMB Manufacturers for this project
A: Provided that all requirements of the Design Criteria Package and the Bid Documents are met, no prior approval is required for PEMB Manufacturers not specifically names in the bid documents.
Q (GFCI):
A: 16. How many interior 20amp GFCI duplex receptacles are needed and please provide locations for them. Will the demising walls between hanger units be drywall. Basis of design shall be 10, 20amp GFCI duplex receptacles per unit. Drywall is an acceptable material for demising walls.
Q (Specialized Circuits):
A: Please let us know of any specialized circuits such as welders, air compressors, and exhaust fans for the hanger bays. At this time, leases have not been finalized for the new facility. Future tenants may have specialty requests for power and circuiting. If specialized circuits are required or requested by the future tenants, any changes to the documents will be coordinated with the awarded bidder and extra work will be addressed in accordance with Item GP 40-04, Extra Work.
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.