American Dynamics RAS917LS-1 Specifications Page 2

  • Download
  • Add to my manuals
  • Print
  • Page
    / 40
  • Table of contents
  • BOOKMARKS
  • Rated. / 5. Based on customer reviews
Page view 1
INSTRUCTIONS TO BIDDERS
NOTICE OF ESTABLISHMENT OF A CONE OF SILENCE
The School Board of Miami-Dade County Public schools enacts a Cone
of Silence from issuance of a solicitation to written recommendation of
award. All provisions of School Board Rule 6Gx13-8C-1.212 apply.
I. PREPARATION OF BIDS
A. BIDDER QUALIFICATION FORM qualifies the bidder and the
bid and must be completed and submitted as page 1 of the bid.
1. PERFORMANCE SECURITY. The form of performance security
the bidder will submit, when required to do so, must be furnished.
Performance security shall not be submitted with the bid.
2. BIDDER CERTIFICATION AND IDENTIFICATION. Bid must
contain an original manual signature from an authorized
representative. An unsigned bid will be considered non-responsive.
B. INSTRUCTIONS TO BIDDERS. Defines conditions of the bid.
1. ORDER OF PRECEDENCE. Any inconsistency in this bid shall
be resolved by giving precedence in the following order:
A. Specifications
B. Special Conditions
C. Instructions To Bidders
2. FOR M/WBE designated bids. The SPECIAL CONDITIONS-
Minority/Women owned and controlled Business Participation
Statement and the M/WBE Certification Application MUST be
completed and SUBMITTED with the bid if the bidder is not certified
by Miami-Dade County Public Schools. Failure to submit the
completed application with the bid will be considered non-
responsive.
C. BID PROPOSAL FORM. Defines requirement of items to be
purchased, and must be completed and submitted as page 2 and
subsequent pages, if any, of the bid. The bidder should indicate
his/her name in the appropriate space on each page.
1. ITEM SPECIFICATION. Specifying a certain brand, make or
manufacturer is to denote the quality, type, and standard of the
article desired. Articles offered must be new merchandise only, of
equal or superior grade. On blank lines provided, the bidder is
requested to insert the brand name, manufacturer's number and
other information necessary to sufficiently identify article offered.
Failure to do so may prevent consideration of the item. Also, refer to
paragraph X. Packaging.
2. PRICES. Prices are requested in units of quantity specified in
the bid specifications. In case of a discrepancy in computing the
total amount of bid, UNIT PRICE quoted will govern. All prices bid
shall include delivery F.O.B. destination, freight prepaid (bidder pays
and bears freight charges. Bidder owns goods in transit and files
any claims) and shall include all cartage, drayage, packing, etc.,
delivered to and unloaded at the receiving station at the site
designated in BID PROPOSAL FORMS and there received by the
designated agent of the Board.
3. TAXES. The Board does not pay Federal Excise and State
taxes on direct purchases of tangible personal property. The
applicable tax exemption number is shown on the purchase order.
This exemption does not apply to purchases of tangible personal
property made by contractors who use the tangible personal
property in the performance of contracts for the improvement of
Board-owned real property as defined in Chapter 192 of the Florida
Statutes.
II. SUBMITTING OF BIDS
A. BID FORMS AND ENVELOPES. Bids must be submitted on
forms furnished by the Board and in sealed envelopes.
Envelopes must be clearly marked with bid number, bid title and bid
opening.
B. ERASURES OR CORRECTIONS. When filling out the bid
proposal form, bidders are required to complete bid proposal in ink.
1. Use of pencil is prohibited.
2. Do not erase or use correction fluid to correct an error.
3. All changes must be crossed out and initialed in ink.
Those bids for individual items that do not comply with items 1, 2 and 3
above will be considered non-responsive for that item(s).
C. PLACE, DATE AND HOUR. Bids shall be submitted by U.S. Mail,
Courier/Express Service, or deposited in the BID BOX located in
Room 351, 8:00 A.M. to 4:30 P.M., Monday through Friday, SCHOOL
BOARD ADMINISTRATION BUILDING, 1450 N.E. Second Avenue,
Miami, Florida 33132. Bids received after the date and hour specified
in the BIDDER QUALIFICATION FORM will not be considered.
D. PUBLIC ENTITY CRIMES. Section 287.133(2)(a) Florida Statute.
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 in excess of 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.
E. SUBMITTING A “NO BID.” If not submitting a bid at this time,
return the form entitled "NOTICE TO PROSPECTIVE BIDDERS."
Failure to respond, either by submitting a bid or the "NOTICE TO
PROSPECTIVE BIDDERS" form for three consecutive times, may
result in the company being removed from the School Board's bid list.
F. AVAILABILITY OF BID INFORMATION. Immediately following the
public opening, bids will be read, upon request, and then compiled in a
tabular form, a copy of which will be available for examination in
Procurement Management Services.
III. CANCELLATION OF BIDS OR REQUEST FOR PROPOSALS
An invitation for bids may be canceled, in whole or in part, as may be
specified in the solicitation, when it is in the best interest of the Board.
The reasons shall be made a part of the master bid file.
A. Prior to opening, a solicitation may be canceled in whole or in part,
prior to the date and hour specified in the Bidder Qualification Form for
receipt of bids, when the Assistant Superintendent, Procurement
Management Services, determines in writing, that such action is in the
best interest of the Board for reasons including, but not limited to:
1. The Board no longer requires the supplies, services, or
construction;
2. The Board no longer can reasonably expect to fund the
procurement;
3. A review of a valid protest filed by a bidder as may be determined
by the administrative staff; or
4. Proposed amendments to the solicitation would be of such
magnitude that a new solicitation is desirable.
B. When a solicitation is canceled prior to opening, notice of
cancellation shall be sent to all businesses solicited, via facsimile or
mail, and bids or proposals returned to the vendor unopened.
The notice of cancellation shall:
1. Identify the solicitation;
2. Briefly explain the reason for cancellation; and
3. Where appropriate, explain that an opportunity will be given to
compete on any future re-solicitation for procurements of similar
supplies, services, or construction.
IV. CHANGE OR WITHDRAWAL OF BIDS
A. PRIOR TO BID OPENING. Should the bidder desire to change
or withdraw his/her bid, he/she shall do so in writing. This
communication is to be received by the District Director, of
Procurement Management, Room 352, School Board Administration
Building, prior to date and hour of bid opening. The bidders name, the
bid number, the bid title and the date the bid is due must appear on the
envelope.
Page 1 Revised September 2003
Page view 1
1 2 3 4 5 6 7 ... 39 40

Comments to this Manuals

No comments