Laserfiche WebLink
<br /> <br />11 <br /> <br />CITY OF SUNNY ISLES BEACH <br />18070 Collins Ave. | Sunny Isles Beach, FL 33160 <br />305.792.1707 | sibfl.net | Purchasing@sibfl.net <br />provisions included elsewhere in this solicitation and resultant contract. In addition to the written <br />NTP, the Contractor must supply the City with the required insurance and bond documents. <br />The project shall be substantially completed within one-hundred and eighty (180) calendar days <br />from the Project initiation specified in the Notice to Proceed and final completion within two- <br />hundred and ten (210) calendar days from Project date specified in the Notice to Proceed. The <br />total two-hundred and ten (210) calendar days include weekend days and holidays. <br /> <br />For the purpose of this project, Final Completion shall be defined at that point after which the City Engineer <br />or their representative, have made and approved the Final Inspection and the Punch List has been <br />completed, and all deliverables have been provided to the City. <br /> <br />Failure to complete all the work within the time specified above, including any extension granted <br />in writing by the City, shall obligate the Contractor to pay the City, as liquidated damages and not <br />as a penalty, an amount equal to Five Hundred Dollars ($500) for each calendar day of delay in <br />the completion of all the work. If any liquidated damages are unpaid by the Contractor, the City <br />shall be entitled to deduct these unpaid liquidated damages from the monies due the Contractor. <br /> <br />2.6 METHOD OF AWARD <br /> <br />The term “lowest responsible and responsive Bidder” as used herein shall mean the Bidder whose <br />bid is the lowest of those Bidders possessing the skill, ability and integrity necessary for the faithful <br />performance of the work, whose bid best serves the interests of and represents the best value to <br />the City, as determined by the City Commission and/or the City Manager. The bidder will also be <br />evaluated as part of their “responsibleness” on their quality control plan, safety plan and <br />proposed project schedule. <br /> <br />Firms will be evaluated by relevant experience, preferably with government agencies, successful <br />past performance, no conflicts of interest, approach to the project and whose bid best serves the <br />interest of and represents the best value to the City in conformity with the criteria set. The City <br />Manager may also reject all proposals received. Section 62-8 of the City Code provides that the <br />City may consider the following: <br /> <br /> The ability, capacity and skill of the vendor to perform the Contract. <br /> The character, integrity, reputation, judgment, experience and efficiency of the vendor. <br /> The quality of performance of previous contracts with the City and references. <br /> The previous and existing compliance by the vendor with laws and ordinances relating to <br />the Contract. <br /> <br />The City also reserves the right to waive minor variations to specifications (interpretation of minor <br />variations will be made by applicable City Procurement personnel). In addition, the City reserves <br />the right to cancel any contract by giving thirty (30) days written notice. The City reserves the right <br />to negotiate the type and cost of specific types of services to be purchased. <br /> <br />2.7 SUB-CONTRACTORS <br />