INVITATION TO BID
LOCATION: WAUCHULA MUNICIPAL AIRPORT
WAUCHULA, FLORIDA
PROJECT: DESIGN\BUILD 10-UNIT T-HANGARS
FDOT FPN 450840-1
1. DESCRIPTION OF WORK
The work identified in the Advertisement for Bids consists of Airport Construction to be performed by qualified contractors as follows:
DESIGN\BUILD 10-UNIT T-HANGARS
The project includes, but is not limited to, the following primary sub-elements:
a. Finalize, sign\seal, and submit design plans for T-Hangar building structures, foundations, and site work, for review and approval by the Owner and Owner’s representatives.
b. Obtain building, fire, site, and any other required permits from City of Wauchula and Hardee County.
c. Procure PEMB, components, cladding, all other materials, and pay all taxes.
d. Construct 10-Unit T-Hangar building structures and foundations, electrical, fire alarms, smoke detectors, mechanical, plumbing, and backup power supplies as specified, as a turnkey facility ready to turn over to the Owner for immediate use upon final acceptance.
e. Construct civil and electrical site work.
… pursuant to all local and state laws, and codes, and Florida Department of Transportation rules and regulations. The engineer has\will obtain FAA and SWFWMD permits prior to Notice to Proceed.
2. No pre-bid conference will be held. See below for procedures on site visits and questions.
3. SEALED BIDS will be received by the City of Wauchula, Florida, at City Hall, 126 South 7th Avenue, Wauchula, Florida, 33873 on Tuesday, April 21, 2026 until 2:00 PM (Local Time).
The Owner reserves the right to hold all bids for a maximum period of 180 calendar days prior to awarding the contract or rejecting all bids.
4. At the time mentioned above, bidding will be closed and those proposals received will be publicly opened and read aloud in the Office.
5. All proposals shall be submitted on the forms furnished by the Owner. Submit one (1) original and one (1) hardcopy, together with a USB drive, CD, or DVD with a scan of your entire signed complete bid price proposal, by the closing date and time in a sealed envelope with the bid title, and FDOT FPN number clearly marked on the outside of the envelope. Bids received after the closing date and time will not be considered and will be returned to the bidder. Each proposal submitted shall be placed with all required attachments in a sealed envelope, and this envelope shall in turn be placed in a 9 x 12-inch envelope. Both envelopes must be sealed and marked as follows:
Bids for the Project: DESIGN\BUILD 10-UNIT T-HANGARS
FDOT FPN 450840-1
Wauchula Municipal Airport
Wauchula, Florida
To Be Opened: Tuesday, April 21, 2026 – 2:00PM
Firm Submitting Bid:
6. On and after Monday, March 23, 2026, Bid Documents will be available electronically and may be obtained by contacting Sue Finney, phone: (407) 599-1122; email: sfinney@avconinc.com. Bidders must be registered through AVCON, Inc. to be eligible to submit a Bid for the project. A complete examination of the site and understanding of the drawings and specifications contained in the Bid Documents is necessary in order for the Bidder to properly submit a Bid. The Bid Documents also include a detailed set of Instructions to Bidders. All Bids shall be prepared in accordance with the Instructions to Bidders. The failure to comply with any requirement contained in the Bid Documents may result in the rejection of the Bid as non- responsive or a finding that the Bidder is not qualified for this Project.
7. Any questions related to this Project shall be submitted no later than Wednesday, April 15, 2026, at 5:00 pm local time in writing only via letter, fax, or email, to AVCON, Inc. 5555 East Michigan Street, Suite 200, Orlando, Florida 32822. Attention: Ms. Sue Finney, email sfinney@avconinc.com, Fax 407-599-1133. Copies of written responses will be provided to all prospective Bidders who are registered with AVCON via the Addendum process. Do not contact the City or Airport with questions. The final Addendum will be issued not later than Friday April 17, 2026, 5 pm Eastern, as necessary.
8. A certified check, drawn upon a state or national bank, or a bid bond issued by a corporate Surety licensed to conduct business in the State of Florida, in a sum not less than five percent (5%) of the total amount bid, made payable to the City of Wauchula, Florida is required with each bid.
9. A Performance Bond for an amount not less than 100% of the bid price and a Payment Bond for an amount not less than 100% of the bid prices will be required from the selected bidder at the time he/she enters into a contract with the City. The contractor must carry the required insurances in accordance with the bid documents.
10. The apparent low bidder will be announced based on the Total Bid Price equaling the addition of all the Bid Schedules and Alternates (if any). The contract will be awarded to a successful bidder based on a review of all bids received on all bid schedules and alternates in accordance with the contract documents. Bid Schedules or Alternates may or may not be awarded depending upon the available grant funds. The Owner reserves the right to award any combination of Bid Schedules/Alternates, or to reject all Bid Schedules/Alternates, or to reject any combination of Bid Schedules/Alternates, which are most advantageous to the Owner, price and all other factors considered, and as specified in accordance with the Contract Documents. The apparent low bidder, therefore, may not be the successful bidder, depending on the actual Bid Schedules and/or Alternates awarded.
11. The Contract is subject to the State E-Verify requirements. On January 4, 2011, Governor Rick Scott signed Executive Order Number 11-02, which requires state agencies to require use of the Department of Homeland Security’s E-Verify system to verify employment eligibility of employees to work in the United States. The E-Verify requirement is mandated to be included in this Contract for the Contractor’s and subcontractor’s employees. Therefore, the Contractor agrees to use the E-Verify system and provide such compliance information as may be required by the City and/or the State of Florida.”
12. Liquidated damages for delay in completion of the contract will be in accordance with the Contract Documents.
13. Bids must be submitted on an exact reproduction of the bid forms supplied, indicating any addenda which may be issued, in sealed envelopes and Description(s) in bold as specified above.
14. Bidders shall submit a general one-year project warranty certificate on workmanship and labor, in addition to any product, equipment, and/or materials-specific manufacturer’s warranties prior to final payment.
15. After bidding, but prior to award of a contract, the successful bidder will be required to provide a detailed Schedule of Values for all vertical construction items based on Divisional specifications in the provided bid documents, and upon which the Total Bid Price has been based, for inspection by the Owner and Owner’s Representatives. This is in addition to any other information required by the contract documents prior to award. The Schedule of Values shall be first broken into the Bid Schedules and Alternates (if any) main pay items. The Schedule of Values shall subsequently list all detailed line items for all of the construction components of the project with the associated dollar value the contractor has assigned to the line item and generally based on the specifications. The Owner and Owner’s Representatives shall examine the Schedule of Values, and it shall be subject to their approval prior to award of the contract. The successful bidder shall provide as much detail as necessary for the Owner and Owner’s Representatives to adequately evaluate the Schedule of Values, in the Owner’s sole opinion. Subsequent pay applications by the Contractor will be based on a percentage of completion of the individual line items as completed and verified by the Owner. Such line items will also be used for inspection verification of quantities for payment.
16. The FAA, along with other federal agencies, removed requirements for non-segregated facilities and EEO/affirmative action clauses following President Trump’s Executive Order 14173 (“Ending Illegal Discrimination and Restoring Merit-Based Opportunity”). This order revoked the 1965 Executive Order 11246, which previously mandated these provisions, to prioritize “merit-based” hiring and reduce administrative burdens on contractors. While the specific contract clauses are removed, contractors are still obligated to comply with general anti-discrimination laws under Title VII of the Civil Rights Act. These changes were initiated through GSA Class Deviations in February 2025 to align with the new administration’s policies.
17. The FAA, FDOT and the Florida State Attorney General have paused the Disadvantaged Business Enterprise (DBE) program established by Airports and other public entities based on the above referenced federal action. As such, the Airport’s DBE program has been suspended and the goal set to 0.0% for this project. See Appendix IIA for more information.
18. Site visits may be scheduled during the bidding period by contacting the Airport Manager prior to bidding and a minimum 24 hours in advance. It will be the responsibility of the contractor to provide transportation for any site visit.
19. The proposed contract is subject to the Buy American provisions under Section 9129 of the Aviation Safety and Capacity Expansion Act of 1990 and Title 49 U.S.C., Chapter 501. Details of such requirements are contained in the Contract Documents. The Contract is subject to the regulations and orders of the Secretary of Labor, OFCCP and FAR 152.61 and requires notices numbered (1) through (4), which can be found in the Contract Documents.
CITY OF WAUCHULA, FLORIDA
BY Mr. John Eason, Deputy City Manager
MARCH 22, 2026 82551
