American Dynamics RAS917LS-1 Especificaciones Pagina 4

  • Descarga
  • Añadir a mis manuales
  • Imprimir
  • Pagina
    / 40
  • Tabla de contenidos
  • MARCADORES
  • Valorado. / 5. Basado en revisión del cliente
Vista de pagina 3
C. Bidder must obtain, from Materials Testing and Evaluation, a
signed receipt acknowledging delivery of samples. Bidder shall
include a self-addressed, stamped envelope for return of sample
receipt when submitting samples by mail or delivery service. The
bidder will receive the original copy of the receipt and the duplicate
copy will remain with the Miami-Dade County Public Schools
receiving department as the file copy. Bidder shall be solely
responsible for delivery of samples and for retaining sample delivery
receipts, which must be presented in any dispute regarding receipt of
bid samples.
D. Samples should be delivered to the following address:
MIAMI-DADE COUNTY PUBLIC SCHOOLS
MATERIALS TESTING AND EVALUATION
7040 West Flagler Street
Miami, Florida 33144
Telephone Number: 786-275-0780
Miami-Dade County Public Schools will not be responsible for
samples sent to a location other than the location mentioned in the
bid.
E. PAYMENT FOR SAMPLES. The Board will buy no samples and
will assume no cost incidental thereto.
F. RETURN OF SAMPLES. Samples not destroyed in testing may
be claimed by unsuccessful bidders 14 days after bid award date and
by successful bidders 14 days after final payment; but the Board will
assume no responsibility for samples not claimed within the time
specified, and it will pay for no samples damaged in testing.
G. EVALUATION AND TEST RESULTS. If a sample submitted for
testing does not comply, the buyer will advise the bidder to contact
Materials Testing and Evaluation for further details.
IX. SUBSTITUTIONS. Should the bidder find it necessary to use a
material, equipment, product or system other than specified, the
bidder shall secure from the Board, through Procurement
Management Services, written approval for the use of the alternate
materials, equipment, product or system. The Board is not obligated
to approve requests for substitutions and has the discretion to require
the bidder to provide the materials as specified in the bid documents.
In no case shall the bidder be entitled to additional time and/or money
arising out of the Board's failure to approve requests for substitutions.
X. PACKAGING
A. TYPE. If packaging is different from that specified, the bidder
must note the manner and amounts in which packaging is to be
made; otherwise the successful bidder shall furnish packaging as
specified. All packaging, wrapping and bundling shall be adequate to
insure that materials will be received in undamaged condition. The
Board assumes no responsibility for damages of any kind incurred
in transit.
B. CONTAINER IDENTIFICATION. The following identification shall
be printed, stenciled or legibly written in a conspicuous location on
each shipping container:
1. BID NUMBER AND/OR PURCHASE ORDER NUMBER
2. VENDOR'S NAME AND/OR TRADEMARK
3. NAME(S) OF ITEM(S) CONTAINED
4. ITEM NUMBER(S) WITH QUANTITY(IES)
XI. PURCHASES BY OTHER PUBLIC AGENCIES. With the consent
and agreement of the successful bidder(s), purchases may be made
under this bid by Miami Dade County, Florida, and other
governmental agencies or political subdivisions within the State of
Florida. Such purchases shall be governed by the same terms and
conditions stated herein. This agreement in no way restricts or
interferes with the right of any State of Florida Agency or political
subdivision to rebid any or all of these items.
XII. RECYCLING REQUIREMENTS. Miami-Dade County Public
Schools supports recycling and recommends the use of recycled
products where possible. Vendors are requested to submit a letter,
along with their bid, indicating whether each item bid and/or its
packaging contains pre-consumer or post-consumer waste, and if
the product and/or packaging may be recycled.
XIII. ENVIRONMENTAL PRODUCTS. Miami-Dade County Public Schools
encourages the use of environmentally safe products.
XIV. DELIVERY AND BILLING
A. DELIVERY. Saturdays, Sundays, and holidays excepted, deliveries
shall be made as follows: Schools and Departments - 8:00 A.M. to
3:00 P.M. Merchandise shall be unloaded at the receiving station of
the designated delivery point and received there by a designated agent
of the Board. A delivery ticket, or one copy of the invoice, prepared as
indicated below, shall accompany each delivery.
B. RECEIVING INSPECTION AND TESTING. Delivered items which
do not fulfill all requirements will be rejected. Rejected items shall be
removed and replaced promptly by the vendor, at no cost to the
purchaser.
C. INVOICES. Each invoice shall be issued by the successful bidder
and shall be submitted in DUPLICATE to the Accounts Payable
Section, P.O. Box 01-2570, Miami, Florida 33101. To be considered
for payment, each invoice must show the following information, which
appears on the Purchase Order:
1. Purchase Order Number
2. Item Descriptions
3. Quantities and Units
4. Price Extensions
5. Total price of all items on invoice
D. PAYMENT. Unless otherwise specified by Miami-Dade County
Public Schools, payment will be made only after delivery, authorized
inspection, and acceptance. Payment will be made only to the
successful bidder, unless otherwise requested, in writing, by the
successful bidder and accepted by Miami-Dade County Public Schools
Administration. When bidders are directed to send invoices to a
school, the school will make directed payment to the bidder.
XV. NO GRATUITY POLICY. It is the policy of Procurement Management
Services not to accept gifts, gratuities, or favors of any kind, or of any
value w hatsoever, from vendors, members of their staffs, or families.
XVI. COMPLIANCE WITH FEDERAL REGULATIONS
A. All contracts involving federal funds will contain certain provisions
required by applicable sections of Title 34, Section 80.36(I) and
Section 85.510 Code of Federal Regulations and are included by
reference herein. The vendor certifies by signing the bid that the
vendor and his/her principals are not presently debarred, suspended,
proposed for debarment, declared ineligible or voluntarily excluded
from participation in federally funded transactions and may, in certain
instances, be required to provide a separate written certification to this
effect.
During the term of any contract with the Board, in the event of
debarment, suspension, proposed debarment, declared ineligible or
voluntarily excluded from participation in federally funded transactions,
the vendor shall immediately notify the Assistant Superintendent,
Procurement Management Services, in writing. Vendors will also be
required to provide access to records, which are directly pertinent to
the contract and retain all required records for three years after the
Board makes final payment.
B. For all contracts involving Federal funds in excess of $10,000, the
Board reserves the right to terminate the contract for cause, as well as
for convenience, by issuing a certified notice to the vendor.
THE BOARD MAY REJECT ANY BID FOR FAILURE BY THE BIDDER TO
COMPLY WITH ANY REQUIREMENT STATED ABOVE, IN THE BID
PROPOSAL FORM, OR IN ATTACHMENTS THERETO WHICH BECOME
PART OF THE BID.
THE SCHOOL BOARD OF MIAMI-DADE COUNTY, FLORIDA
_________________________________________
SUPERINTENDENT OF SCHOOLS
Page 3 Revised September 2003
Vista de pagina 3
1 2 3 4 5 6 7 8 9 ... 39 40

Comentarios a estos manuales

Sin comentarios