CITY OF WESTON NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN that the City of Weston, Florida, (the CITY) will be accepting sealed bids for: WESTON ROAD IMPROVEMENTS SURTAX-FUNDED MUNICIPAL TRANSPORTATION PROJECT NO. WEST 303 BID NO. 2025-02 Bids shall be accepted from qualified and licensed contractors to furnish all labor, supervision, equipment, supplies, tools, permitting, safety measures and all other necessary incidentals for the roadway improvements along Weston Road from Griffin Road to Indian Trace in the City of Weston, Florida to provide for road widening to accommodate additional capacity; wider bike lanes; drainage improvements at select locations; sidewalks and curb ramps for ADA compliance; pavement marking and signage; and associated landscape and irrigation adjustments. All work requiring a lane closure shall occur only on weekdays between the hours of 9:00 pm and 6:00 am. No daytime or weekend lane closures are allowed unless approved in writing by the City. Only one lane in each direction may be closed at any given time. For bidding purposes, the Proposer should assume lane closures will only be allowed using these stated conditions. Simultaneous with the delivery of the executed contract to the CITY, the Contractor shall furnish an executed Performance and Payment bond in an amount equal to one hundred percent (100%) of the contract value, as security for the faithful performance of contract and for the payment of all persons performing labor and/or furnishing materials in connection with the Project. MANDATORY PRE-BID CONFERENCE A mandatory pre-bid conference shall be held virtually on April 24, 2025 at 10:30 a.m. local time. All Bidders planning to submit a bid are required to attend this conference. Failure of a Bidder to be present for the entire mandatory pre-bid conference, beginning at the time stated above and concluding at the dismissal of the mandatory pre-bid conference by the CITY, shall render a Bidder to be deemed non-responsive and the bid shall not be considered for award. Decisions of the CITY shall be final. Connect to the Live Event link via Cisco Webex: Event: Pre-Bid: Bid No. 2025-02, Weston Road Improvements Event address for attendees: https://westonfl.webex.com/westonfl/j.php?MTID=m9c27bee03dfdba1193d9324e1328270d Date and time: Thursday, April 24, 2025 at 10:30 a.m. Eastern Standard Time (New York, GMT-05:00) Event number: 2318 241 7359 Event password: Weston (937866 when dialing from a phone or video system) Audio conference: Join by phone 415-655-0001 US Toll Access code: 2318 241 7359 BID SUBMITTAL DEADLINE Bids shall be received by the Director of Procurement until 2:00 p.m. local time, on May 13, 2025 (the Bid Submittal Deadline) at City of Weston, City Hall, located at 17200 Royal Palm Boulevard, Weston, Florida. The official clock at the City Hall reception desk shall govern. Submittals received after this time shall be returned unopened. The sealed submittals will be publicly opened and at the City of Weston, City Hall after the Bid Submittal Deadline. Award of a bid will be made at a City Commission meeting. The public opening of submittals may be viewed by the public via the Live Event link to Cisco Webex as follows: Event: Opening: Bid No. 2025-02, Weston Road Improvements Event address for attendees: https://westonfl.webex.com/westonfl/j.php?MTID=m2a6eea739d955ed5f28773b11eecaf91 Date and time: Tuesday, May 13, 2025 at 2:00 p.m. Eastern Standard Time (New York, GMT-05:00) Event number: 2317 213 7500 Event password: Weston (937866 when dialing from a phone or video system) Audio conference: Join by phone 415-655-0001 US Toll Access code: 2317 213 7500 AVAILABILITY OF BID DOCUMENTS Interested parties may download a copy of Bid No. 2025-02, Weston Road Improvements, by visiting the CITYs Procurement website at: https://www.westonfl.org/government/procurement. Bid documents are also available for electronic download from Demand Star at http://www.demandstar.com. Bids shall be submitted on the form(s) provided. The required sections of the Project Manual shall be submitted as part of the Bid. EXPERIENCE Along with the sealed bids, all Bidders shall provide the necessary documentation to demonstrate that they meet the following qualifications: i) Bidders shall have been incorporated and in continuous operation for a minimum of the past five (5) years immediately preceding the date that the Bid is issued; ii) Bidders shall be certified general contractors licensed by the State of Florida or State of Florida registered contractor with certificate of competency in Broward County in one of the following: a) as general contractor b) general engineered construction builder or; c) specialty engineered construction contractor - Roads and Surfacing, Category 3C Concrete Driveways, Curbs, Gutters, Driveway Entrances, and Sidewalks and Category 3E - Striping, Marking and Signage of Roadways, including Pavements; copies of the licenses shall be provided; and iii) Bidders shall provide evidence of the successful completion of projects of similar size and scope with at least three (3) projects within the last five (5) years immediately preceding the date that the Bid is issued. BID PROCEDURES Bidders shall submit a bid package containing one (1) unbound original set of completed documents in a plain sealed parcel, box or other secure packaging, marked as the Bid. The outside of the sealed package must clearly indicate the submission of Bid No. 2025-02, Weston Road Improvements. Bidders name, address and the name, telephone number and email address of the Bidders specific contact person. Bid shall contain all required information in order to be considered responsive. All written or graphical work product provided to the City in PDF format shall be fully ADA compliant with the latest ADA regulations. All Bidders are advised that the CITY has not authorized the use of the City seal by individuals or entities responding to the CITYs Request for Bid, and that any such use by unauthorized persons or entities constitutes a second-degree misdemeanor pursuant to Section 165.043, Florida Statutes. All Bidders are advised that the CITY will not supply or sell materials to Bidders in connection with submission or preparation of Bids, or any other matter, including but not limited to envelopes, labels or tape. Once a Bid has been submitted to the Director of Procurement by the Bid Submittal Deadline, it shall not be returned to the Bidder. Bids received after the Bid Submittal Deadline will be returned unopened. The withdrawal, modification or correction of a Bid after it has been submitted to the CITY shall constitute a breach by the Bidder. All Bids shall be guaranteed firm for a minimum of 90 calendar days after the submission of the Bid. No Bidder may withdraw its Bid within 90 calendar days after the Bid opening date. The Sealed Bids will be publicly opened at the City of Weston, City Hall after the Bid Submittal Deadline. Award of the Bid will be made at a City Commission meeting. MUNICIPAL SURTAX FUNDED PROJECT This project is a Surtax-Funded Municipal Transportation Project in whole or in part and includes the following Broward County Certified County Business Enterprises (CBE) goal: 40% CBE Goal. However, this project does not include Workforce Investment Program (WIP) or Broward County Construction Apprenticeship Program requirements. Vendors/firms must follow the instructions included in the Office of Economic and Small Business Development Requirements section and submit all required forms and information as instructed. Refer to Document 800, Supplemental Conditions, for further details. BID SECURITY Bid security in the form of a Bid Bond acceptable to the CITY or Cashiers Check made payable to the City of Weston in the amount of $5,000.00 or 5% percent of the Bid amount, whichever is greater, will be required, to be submitted with the Bid. QUESTIONS Any questions concerning this Notice to Bidders shall be submitted in writing to the Director of Procurement, Martha Perez-Garviso at mperezgarviso@westonfl.org, with Bid No. 2025-02, Weston Road Improvements in the subject line at least five business days prior to the submittal deadline. A Cone of Silence is imposed upon publication of this Notice to Bidders. The Cone of Silence prohibits communications with the following individuals pertaining to this bid: Margaret Brown, Mayor; Henry Mead, Vice Mayor; Mary Molina-Macfie, Commissioner; Byron L. Jaffe, Commissioner; Fabio A. Andrade, Commissioner; and Thaddeus Bielecki, Director of Landscaping, Selection Committee Member; Ryan Fernandes, Director of Technology Services, Selection Committee Member; Francisco Lopez, Parks Superintendent, Selection Committee Member; Denise Barrett-Miller, Director of Communications, Alternate Selection Committee Member; and Any member of the Protest Committee, if and when established. The details of the CITYs Cone of Silence are set forth in Section 32.10 of the City Code. The Selection Committee shall convene at a publicly noticed meeting and review submissions, rank and evaluate the Bids and provide a recommendation to the City Manager. RIGHTS RESERVED The CITY (through the City Commission, City Manager, Selection Committee or Protest Committee) reserves the right to: A. Reject any or all bids; B. Waive any informality in a bid; C. Waive any deficiency or irregularity in the selection process; D. Accept or reject any or all bids in part or in whole; and E. Request additional information as appropriate. The City Commission reserves the right to: A. Award all or a portion of the services set forth in the bid as determined to be in the best interest of the CITY; B. Reject any or all bids if found by the City Commission not to be in the best interest of the CITY; and C. In the event of a sole bid, reject the sole bid. Martha Perez-Garviso Director of Procurement City of Weston 4/14/2025 7798431