37
INVITATION TO BID Installation of Inside Cable and Wiring ITB # 11-23-MH The University of South Florida is requesting proposals from qualified firms interested in the University of South Florida Invitation to Bid Installation of Inside Cabling and Wiring TAMPA as further specified herein. Any questions concerning this Invitation to Bid should be directed to Michael Hernandez, Purchasing Administrator: [email protected] . If you are interested in submitting a proposal, please note that the proposal needs to be submitted no later than 3:00 p.m., June 22, 2011. Any questions concerning this Invitation to Negotiate should be directed to Michael Hernandez, Associate Director, Purchasing & Property Services: [email protected] University of South Florida Purchasing and Property Services 4202 E Fowler Avenue AOC 200 Tampa, Florida 33620-9000 http://usfweb2.usf.edu/purchasing/

SUBMIT BID TOusfweb2.usf.edu/Bids/bid web/2010-2011 BIDS/11-23...INVITATION TO BID Page 1 of 37 Pages BIDS WILL BE OPENED 3:00 P.M., June 22, 2011 and may not be withdrawn within 45

  • Upload
    others

  • View
    19

  • Download
    0

Embed Size (px)

Citation preview

Page 1: SUBMIT BID TOusfweb2.usf.edu/Bids/bid web/2010-2011 BIDS/11-23...INVITATION TO BID Page 1 of 37 Pages BIDS WILL BE OPENED 3:00 P.M., June 22, 2011 and may not be withdrawn within 45

INVITATION TO BID

Installation of Inside Cable and Wiring

ITB # 11-23-MH

The University of South Florida is requesting proposals from qualified firms interested in the University of South

Florida Invitation to Bid Installation of Inside Cabling and Wiring – TAMPA as further specified herein.

Any questions concerning this Invitation to Bid should be directed to Michael Hernandez, Purchasing Administrator:

[email protected] .

If you are interested in submitting a proposal, please note that the proposal needs to be submitted no later than 3:00

p.m., June 22, 2011. Any questions concerning this Invitation to Negotiate should be directed to Michael Hernandez,

Associate Director, Purchasing & Property Services: [email protected]

University of South Florida

Purchasing and Property Services

4202 E Fowler Avenue AOC 200

Tampa, Florida 33620-9000

http://usfweb2.usf.edu/purchasing/

Page 2: SUBMIT BID TOusfweb2.usf.edu/Bids/bid web/2010-2011 BIDS/11-23...INVITATION TO BID Page 1 of 37 Pages BIDS WILL BE OPENED 3:00 P.M., June 22, 2011 and may not be withdrawn within 45

SUBMIT BID TO:

UNIVERSITY OF SOUTH FLORIDA DIVISION OF PURCHASING AND PROPERTY SERVICES

4202 E FOWLER AVENUE AOC-200 TAMPA, FL 33620-9000

Telephone Number: (813) 974-2481

Web Address: usfweb.usf.edu/purchasing/purch2.htm

UNIVERSITY OF SOUTH FLORIDA

INVITATION TO BID

Page 1 of 37 Pages

BIDS WILL BE OPENED 3:00 P.M., June 22, 2011 and may not be withdrawn within 45 days after such date and time.

BID NO. ITB 11-23-MH

AGENCY MAILING DATE: May 25, 2011

BID TITLE: INSTALLATION OF INSIDE CABLE AND WIRING

EMPLOYER IDENTIFICATION NUMBER OR S.S. NUMBER

DELIVERY DATE WILL BE DAYS after receipt of Purchase Order

CASH DISCOUNT TERMS

VENDOR NAME REASON FOR NO BID

VENDOR REMITTANCE ADDRESS

CITY-STATE-ZIP

WEB ADDRESS: _______________________________________________

POSTING OF BID TABULATIONS Bid tabulations with recommended awards will be posted for review by interested parties at the location

where the bids were opened and will remain posted for a period of 72 hours. Failure to file a protest

within the time prescribed in Section 120.57(3), Florida Statutes, shall constitute a waiver of

proceedings under Chapter 120, Florida Statutes. Posting will be on or about

AREA CODE TELEPHONE NUMBER 5/7 working days after bid opening

TOLL-FREE NUMBER

I certify that this bid is made without prior understanding, agreement, or connection with any corporation

firm, or person submitting a bid for the same materials, supplies or equipment, and is in all respects fair

without collusion or fraud. I agree to abide by all conditions of this bid and certify that I am authorized to

sign this bid for the vendor and that the vendor is in compliance with all requirements of the Invitation to

Bid, including but not limited to, certification requirements. In submitting a bid on behalf of the Board of

Trustees, hereinafter known as the University, the vendor offers and agrees that if the bid is accepted, the

vendor will convey, sell, assign, or transfer to the University all rights, title and interest in and to all causes

of action it may now or hereafter acquire under the Anti-trust laws of the United States and the University

for price fixing relating to the particular commodities or services purchased or acquired by the University. At

the University's discretion, such assignment shall be made and become effective at the time the

purchasing agency tenders final payment to the vendor.

______________________________________________________________________________

AUTHORIZED SIGNATURE (MANUAL)

______________________________________________________________________________

AUTHORIZED SIGNATURE (TYPED) TITLE

E-MAIL ADDRESS: ______________________________________________________________

GENERAL CONDITIONS

SEALED BIDS: All bid sheets and this form must be executed and submitted in a sealed

envelope. (DO NOT INCLUDE MORE THAN ONE BID PER ENVELOPE.) The face of the envelope

shall contain, in addition to the above address, the date and time of the bid opening and the bid

number. Bids not submitted on the attached bid form shall be rejected. All bids are subject to the

conditions specified herein. Bid responses, which do not comply with specified conditions, shall be

rejected.

(e) SAFETY STANDARDS: Unless otherwise stipulated in the bid, all manufactured items and

fabricated assemblies shall comply with applicable requirements of Occupational Safety and

Health Act and standards hereunder.

1.

2.

3.

4.

(a)

(b)

(c)

(d)

EXECUTION OF BID: Bid must contain an original manual signature of authorized

representative in the space provided above. Bid must be typed or printed in ink. Use of

erasable ink is not permitted. All corrections made by vendor to his bid price must be

initialed. The company name and E.I.N. number or social security number shall appear on

each pricing page of the bid as required. Complete ordering instructions must be submitted

with the bid.

NO BID: If not submitting a bid, respond by returning only this vendor acknowledgement

form, marking it "NO BID" and explain the reason in the space provided above. Failure to

respond to a procurement solicitation without giving justifiable reason for such failure, non-

conformance to contract conditions, or other pertinent factors deemed reasonable and valid

shall be cause for removal of the supplier's name from the bid mailing list. Note: To qualify

as a respondent, vendor must submit a "NO BID", and it must be received no later than the

stated bid opening date and hour.

BID OPENING: Shall be public, on the date and at the time specified on the bid form. It is

the vendor's responsibility to assure that his bid is delivered at the proper time and place of

the bid opening. Bids which for any reason are not so delivered will not be considered.

Offers by facsimile or telephone are not acceptable. A bid may not be altered after opening

of the bids. NOTE: Bid tabulations will be furnished upon written request with an enclosed,

self-addressed, stamped envelope. Bid files may be examined during normal working hours

by appointment. Bid tabulations will not be provided by telephone.

PRICES, TERMS AND PAYMENT: Firm prices shall be bid and include all packing,

handling, shipping charges and delivery to the destination shown herein.

TAXES: The University does not pay Federal Excise and Sales taxes on direct purchases

of tangible personal property or services. See tax exemption number on face of purchase

order or agreement form. This exemption does not apply to purchases of tangible personal

property or services made by vendors who use the tangible personal property or services in

the performance of contracts for the improvement of University-owned real property as

defined in Chapter 192, F.S.

DISCOUNTS: Cash discounts for prompt payment shall not be considered in determining

the lowest net cost for bid evaluation purposes.

MISTAKES: Vendors are expected to examine the specifications, delivery schedule, bid

prices, extensions and all instructions pertaining to supplies and services. Failure to do so

will be at vendor's risk. In case of mistake in extensions the unit price will govern.

CONDITIONS AND PACKAGING: It is understood and agreed that any item offered or

shipped as a result of this bid shall be new, current standard production model available at

time of the bid. All containers shall be suitable for storage or shipment, and all prices shall

include standard commercial packaging.

(f)

(g) 5.

6.

INVOICING AND PAYMENT: The vendor shall be paid upon submission of properly certified

invoices to the purchaser at the prices stipulated on the contract at the time the order is placed,

after delivery and acceptance of goods, less deductions if any, as provided. Invoices shall contain

the contract number, purchase order number and the vendor's EIN number. An original the invoice

shall be submitted. Failure to follow these instructions may result in delay in processing invoices

for payment. VENDOR’S RIGHT TO PAYMENT: Vendors providing goods and services to the

University shall submit invoices to the University in order to receive payment. The University shall

issue the Vendor’s payment within 40 days (35 days for healthcare providers) after receipt of

acceptable invoices, receipt, inspection and acceptance of goods and/or services provide in

accordance with terms and conditions of the purchase order/contract. If payment is not made

within said 40 days, a separate interest penalty (established pursuant to Section 55.03 (1) Florida

Statues) on the unpaid balance will be paid upon Vendor’s written request to the University,

providing said request is received by the University no later than 40 days from the date shown on

the University’s check. The interest provision applies after a 35-day period to health care

providers as defined by rule. Interest of less than one (1) dollar will not be enforced. INTEREST

PENALTIES: Payment shall be made in accordance with Section 55.03, F.S. that states the

vendors' rights and the University agency's responsibilities concerning interest penalties and time

limits for payment of invoices.

VENDOR OMBUDSMAN: The University’s vendor ombudsman, whose duties include acting as an

advocate for vendors who may be experiencing problems in obtaining timely payment(s) from the

University may be contacted at 813-974-2481. Written inquiries and requests for interest penalty

payments can be addressed to: USF Accounts Payables, 4202 Fowler Ave ADM 147, Tampa, Fl.

33620.

ANNUAL APPROPRIATIONS: The University's performance and obligation to pay under this

contract is contingent upon an annual appropriation by the Legislature.

DELIVERY: Unless actual date is specified (or if specified delivery cannot be met), show number

of days required to make delivery after receipt of purchase order in space provided. Delivery time

may become a basis for making an award (see Special Conditions). Delivery shall be Monday

through Friday, 8:00 a.m. to 11:30 a.m. and 1:00 p.m. to 4:00 p.m., excluding University of South

Florida holidays, unless otherwise specified.

ADDITIONAL TERMS AND CONDITIONS: No additional terms and conditions included with the

bid response shall be evaluated or considered and any and all such additional terms and

conditions shall have no force and effect and are inapplicable to this bid. If submitted either

purposely through intent or design or inadvertently appearing separately in transmittal letters,

specifications, literature, price lists or warranties, it is understood and agreed the general and

special conditions in this bid solicitation are the only conditions applicable to the bid and the

vendor's authorized signature affixed to the vendor acknowledgement form attests to this.

Page 3: SUBMIT BID TOusfweb2.usf.edu/Bids/bid web/2010-2011 BIDS/11-23...INVITATION TO BID Page 1 of 37 Pages BIDS WILL BE OPENED 3:00 P.M., June 22, 2011 and may not be withdrawn within 45

7.

8.

9.

10.

11.

12.

13.

14.

MANUFACTURERS' NAME AND APPROVED EQUIVALENTS: Any manufacturers' name,

trade names, brand names, information and/or catalog numbers listed in a specification are

for information and not intended to limit competition. The proposer may offer any brand for

which he is an authorized representative, which meets or exceeds the specifications for any

item(s). MEASUREMENTS: Customary measurements appearing in these specifications

are not intended to preclude bids for commodities with metric measurements. If bids are

based on equivalent products, indicate on the bid form the manufacturer's name and

number. Vendor shall submit with his bid, cuts, sketches, and descriptive literature, and/or

complete specifications. Reference to literature submitted with a previous bid will not satisfy

this provision. The University reserves the right to determine acceptance of item(s) as an

approved equivalent. Bids which do not comply with these requirements are subject to

rejection. Bids lacking any written indication of intent to bid an alternate brand will be

received and considered in complete compliance with the specifications as listed on the

bid form. The Purchaser is to be notified of any proposed changes in (a) materials used,

(b) manufacturing process, or (c) construction. However, changes shall not be binding upon

the University unless evidenced by a Change Notice issued and signed by the University.

INTERPRETATIONS/DISPUTES: Any questions concerning conditions and specifications

shall be directed in writing to this office for receipt no later than forty-eight (48) hours prior

to the bid opening. Inquiries must reference the date of bid opening and bid number. No

interpretation shall be considered binding unless provided in writing by the University in

response to requests in full compliance with this provision. Any person who is adversely

affected by the Agency's decision or intended decision concerning a procurement

solicitation or contract award and who wants to protest such decision or intended decision

shall file a protest in compliance with USF Rule 6c4-4.02050(3). Failure to file a protest

within the time prescribed in Section 120.57(3), F.S., shall constitute a waiver of

proceedings under Chapter 120, F.S.

NOTICE OF BID PROTEST BONDING REQUIREMENT: Any person who files an action

protesting a decision or intended decision pertaining to contracts administered by the

University pursuant to Section 120.53(5)(b), F.S., shall post with the University at the time

of filing the formal written protest, a bond payable to the University in an amount equal to

10 percent of the University's estimate of the total volume of the contract or $10,000

whichever is less, which bond shall be conditioned upon the payment of all costs which may

be adjudged against him in the administrative hearing in which the action is brought and in

any subsequent appellate court proceeding. For protest of decisions or intended decisions

of the University pertaining to requests for approval of exceptional purchases, the bond

shall be in the amount equal to 10 percent of the requesting agency's estimate of the

contract amount for the exceptional purchase requested or $10,000, whichever is less. In

lieu of a bond, the University may, in either case, accept a cashier's check or money order

in the amount of the bond. FAILURE TO FILE THE PROPER BOND AT THE TIME OF

FILING THE FORMAL PROTEST WILL RESULT IN A DENIAL OF THE PROTEST.

CONFLICT OF INTEREST: The award hereunder is subject to the provisions of Chapter

112, F.S. All vendors must disclose with their bid the name of any officer, director, or agent

who is also an employee of the University. Further, all vendors must disclose the name of

any University employee who owns, directly or indirectly, an interest of five percent (5%) or

more in the vendor's firm or any of its branches.

AWARDS: As the best interest of the University may require, the right is reserved to make

award(s) by individual item, group of items, all or none, or a combination thereof; on a

geographical district basis and/or on a statewide basis with one or more suppliers; to reject

any and all bids or waive any minor irregularity or technicality in bids received. When it is

determined there is competition to the lowest responsible vendor, evaluation of other bids is

not required. Vendors are cautioned to make no assumptions unless their bid has been

evaluated as being responsive. All awards made as a result of this bid shall conform to

applicable Florida Statutes, and University Rules and Procedures.

SAMPLES: Samples of items, when called for, must be furnished free of expense on or

before bid opening time and date, and if not destroyed may, upon request, be returned at

the vendor's expense. Each individual sample must be labeled with vendor's name,

manufacturer's brand name and number, bid number, and item reference. Request for

return of samples shall be accompanied by instructions which include shipping

authorization and name of carrier and must be received within 90 days after bid opening

date. If instructions are not received within this time, the commodities shall be disposed of

by the University.

NONCONFORMANCE TO CONTRACT CONDITIONS: Items may be tested for compliance

with specifications by the Florida Department of Agriculture and Consumer Services, or by

others acceptable to the University. Should the items fail testing, the University may require

the vendor to reimburse the University for costs incurred by the University in connection

with the examination or testing of the commodity including costs relating to transporting the

commodity samples to the testing site, actual test costs, personnel costs and other

applicable costs. The data derived from any tests for compliance with specifications are

public records and open to examination thereto in accordance with Chapter 119, F.S. Items

delivered not conforming to specifications may be rejected and returned at vendor's

expense. These items and items not delivered as per delivery date in bid and/or purchase

order may result in vendor being found in default in which event any and all reprocurement

costs may be charged against defaulting vendor. Any violation of these stipulations may

also result in:

a) Suppliers name being removed from the University.

b) All University departments being advised not to do business with the supplier without

written approval from Purchasing and Financial Services until such time as supplier

reimburses the University for all reprocurement and cover costs.

INSPECTION, ACCEPTANCE AND TITLE: Inspection and acceptance will be at

destination unless otherwise provided. Title and risk of loss or damage to all items shall be

the responsibility of the contract supplier until accepted by the ordering agency, unless loss

or damage results from negligence by the ordering agency. The contract supplier shall be

responsible for filling, processing and collecting all damage claims. However, to assist him

in the expeditious handling of damage claims, the ordering agency will:

a) Record any evidence of visible damage on all copies of the delivering carrier's Bill of

Lading.

b) Report damage (Visible and Concealed) to the carrier and contract supplier, confirming

such reports, in writing, within 15 days of delivery, requesting that the carrier inspect the

damaged merchandise.

c) Retain the item and its shipping container, including inner packing material, until

inspection is performed by the carrier, and disposition given by the contract supplier.

d) Provide the contract supplier with a copy of the carrier's Bill of Lading and damage

inspection report.

15.

16.

17.

18.

19.

20.

21.

22.

23.

24.

25.

26.

GOVERNMENTAL RESTRICTIONS: In the event any governmental restrictions may be

imposed which would necessitate alteration of the material, quality, workmanship or

performance of the items offered on this bid prior to their delivery, it shall be the

responsibility of the supplier to notify Purchasing and Financial Services at once,

indicating in his letter the specific regulation which required an alteration. The University

reserves the right to accept any such alteration, including any price adjustments

occasioned thereby, or to cancel the contract at no further expense to the University.

ADDITIONAL QUANTITIES: For a period not exceeding 180 days from the date of

acceptance of this offer by the buyer, the right is reserved to acquire additional quantities

up to the amount shown on the bid but not to exceed the threshold for category two at the

prices bid in this invitation. If additional quantities are not acceptable, the bid sheets must

be noted "BID IS FOR SPECIFIED QUANTITY ONLY."

SERVICE AND WARRANTY: Unless otherwise specified, the vendor shall define any

warranty service and replacements that will be provided during and subsequent to this

contract. Vendors must explain on an attached sheet to what extent warranty and service

facilities are provided.

LEGAL REQUIREMENTS: Applicable provision of all Federal, State, county and local

laws, and of all ordinances, rules, and regulations shall govern development, submittal

and evaluation of all bids received in response hereto and shall govern any and all claims

and disputes which may arise between person(s) submitting a bid response hereto and

the University, by and through its officers, employees and authorized representatives, or

any other person, natural or otherwise; and lack of knowledge by any vendor shall not

constitute a cognizable defense against the legal effect thereof.

PATENTS COPYRIGHTS, TRADEMARKS, ROYALTIES and other Intellectual Property:

The vendor, without exception, shall indemnify and save harmless the purchaser and its

employees from liability of any nature or kind, including cost and expenses for or on

account of any copyrighted, patented, trademarked or unpatented invention, process, or

article manufactured or supplied by the vendor. The vendor has no liability when such

claim is solely and exclusively due to the combination, operation or use of any article

supplied hereunder with equipment or data not supplied by vendor or is based solely and

exclusively upon the University's alteration of the article. The purchaser will provide

prompt written notification of a claim of copyright or patent infringement and will afford the

vendor full opportunity to defend the action and control the defense.

Further, if such a claim is made or is pending the vendor may, at its options and expenses

procure for the purchaser the right to continue use of, replace or modify the article to

render it noninfringing. (If none of the alternatives are reasonably available, the University

agrees to return the article on request to the vendor and receive reimbursement, if any, as

may be determined by a court of competent jurisdiction.) If the vendor uses any design,

device or materials covered by copyright, patent or trademark, it is mutually agreed and

understood without exception that the bid prices shall include all royalties or costs arising

from the use of such design, device, or materials in any way involved in the work.

ASSIGNMENT: Any Purchase Order issued pursuant to this bid invitation and the monies

which may become due hereunder are not assignable except with the prior written

approval of the ordering agency.

LIABILITY: The vendor shall save and hold harmless the University, its officers, agents

and employees against any and all claims by third parties resulting from the vendor's

breach of this contract, the vendor's negligence, and/or vendor’s other wrongful acts

FACILITIES: The University reserves the right to inspect the vendor's facilities at any

reasonable time with prior notice.

PUBLIC PRINTING: A vendor must have at the time of bid opening a manufacturing plant

in operation which is capable of producing the items of bid, and so certify upon request of

the agency. Every agency of the State, including agencies within the legislative and

judicial branches of government, shall give preference to vendors located within the State

when awarding contracts to have materials printed, whenever such printing can be done

at no greater expense than, and at a level of quality comparable to that obtainable from a

vendor located outside the State.

(a) CONTRACTS NOT TO BE SUBLET: In accordance with Printing Laws and

Regulations printing contracts cannot be sublet. Printing shall be awarded only to printing

firms. No contract shall be awarded to any broker, agent, or independent vendor offering

to provide printing manufactured by other firms or persons.

(b) PRINTING ADJUSTMENTS, OVERRUNS-UNDERRUNS: No adjustment shall be

accepted by an agency on any purchase of printing unless conditions or specifications of

bid expressly so provide.

(c) COMMUNICATIONS: It is expected that all materials and proofs will be picked up and

delivered by the printer or his representative, unless otherwise specified. Upon request,

materials will be forwarded by registered mail.

(d) RETURN OF MATERIALS: All copy, photos, artwork, and other materials supplied by

the purchaser must be handled carefully and returned in good condition upon completion

of the job. Such return is a condition of the contract and payment will not be made until

return is effected.

(e) QUALITY-PERFORMANCE ANALYSIS: The vendor on any purchase of printing in

excess of the threshold for category two shall complete and forward to Purchasing

Services the analysis form that accompanied his purchase order together with an invoice

copy.

PUBLIC RECORDS: Any material submitted in response to this invitation to bid will

become a public document pursuant to Section 119.07, F.S. This includes material which

the responding vendor might consider to be confidential or a trade secret. Any claim of

confidentiality is waived upon submission, effective after opening pursuant to Section

119.07, F S.

DEFAULT: Failure to perform according to this proposal and/or resulting contract shall be

cause for your firm to be found in default in which event any and all reprocurement costs

may be charged against your firm. Any violations of these stipulations may also result in:

a) Vendor's name being removed from Purchasing Services vendor mailing list.

b) All University agencies being advised not to do business with the vendors without

written approval of Purchasing Services.

CANCELLATION: The University shall have the right of unilateral cancellation for refusal

by the contractor to allow public access to all documents, papers, letters, or other material

subject to the provisions of Chapter 119, Florida Statutes, and made or received by the

contractor in conjunction with the contract.

NOTE: ANY AND ALL SPECIAL CONDITIONS AND SPECIFICATIONS ATTACHED HERETO WHICH VARY FROM THE GENERAL CONDITIONS SHALL HAVE PRECEDENCE.

Page 4: SUBMIT BID TOusfweb2.usf.edu/Bids/bid web/2010-2011 BIDS/11-23...INVITATION TO BID Page 1 of 37 Pages BIDS WILL BE OPENED 3:00 P.M., June 22, 2011 and may not be withdrawn within 45

4

TABLE OF CONTENTS

PAGE

1. Opening Note to Vendors ……………………………………………………………………………………………………………………………………………… 5

2. Purpose ………………………………………………………………………………………………………………………………………………………………………………………… 5

3. Award ……………………………………………………………………………………………………………………………………………………………………………………………… 5

4. Mistakes ……………………………………………………………………………………………………………………………………………………………………………………… 5

5. Discounts …………………………………………………………………………………………………………………………………………………………………………………… 6

6. Availability of Funds……………………………………………………………………………………………………………………………………………………… 6

7. Warranty ………………………………………………………………………………………………………………………………………………………………………………………… 6

8. Interpretation of Bidding Documents/Written Addenda ……………………………………………………………………… 6

9. Posting of Bid Tabulations ………………………………………………………………………………………………………………………………………… 6

10. Bid Tabulation ………………………………………………………………………………………………………………………………………………………………………… 7

11. Invitation to Bid Form …………………………………………………………………………………………………………………………………………………… 7

12. FEID Number ……………………………………………………………………………………………………………………………………………………………………………… 7

13. Cover Sheet ………………………………………………………………………………………………………………………………………………………………………………… 7

14. Equal Opportunity Statement ……………………………………………………………………………………………………………………………………… 7

15. Public Entity Crimes ………………………………………………………………………………………………………………………………………………………… 8

16. Timely Payment Problems ………………………………………………………………………………………………………………………………………………… 8

17. Lobbying ………………………………………………………………………………………………………………………………………………………………………………………… 8

18. Contact Person ………………………………………………………………………………………………………………………………………………………………………… 8

19. American with Disability Act ADA ……………………………………………………………………………………………………………………………8

20. Payment …………………………………………………………………………………………………………………………………………………………………………………………… 8

21. Insurance ……………………………………………………………………………………………………………………………………………………………………………………… 9

22. Federal Grant Requirements…………………………………………………………………………………………………………………………………………… 10

23. Parking …………………………………………………………………………………………………………………………………………………………………………………………… 10

24. Qualifications of Contractors ………………………………………………………………………………………………………………………………… 10

25. Performance/Payment Bond………………………………………………………………………………………………………………………………………………… 11

26. Liquidated Damages...………………………………………………………………………………………………… …………………………………………………… 12

27. Bid Bond…………………………………………………………………………………………………………………………………………………………………………………………… 12

28. Contract Period and Renewals……………………………………………………………………………………………………………………………………… 12

29. Purchasing Card Program ………………………………………………………………………………………………………………………………………………… 13

30. Purchases by Other Agencies ……………………………………………………………………………………………………………………………………… 13

31. W-9 Form ………………………………………………………………………………………………………………………………………………………………………………………… 13

32. Campus Office Directories …………………………………………………………………………………………………………………………………………… 13

33. Standards of Conduct…………………………………………………………………………………………………………………………………………………………… 13

34. Cancellation ……………………………………………………………………………………………………………………………………………………………………………… 13

35. Right to Terminate ……………………………………………………………………………………………………………………………………………………………… 13

36. Addendum ………………………………………………………………………………………………………………………………………………………………………………………… 14

37. Internet Home Page ……………………………………………………………………………………………………………………………………………………………… 14

38. Minority Vendor Enterprises………………………………………………………………………………………………………………………………………… 14-15

39. Event Schedule…………………………………………………………………………………………………………………………………………………………………………… 15

SPECIFICATIONS FOR INSTALLATION AND MATERIALS…………………………………………………………………………………………………… 16-17

WIRING SPECIFICATIONS AND PRICING SHEETS ……………………………………………………………………………………………………………… 18-22

ATTACHMENTS

Certificate of Non-Segregated Facilities ………………………………………………………………………………………………………………… 23

Subpart D - Contractor's Agreements ……………………………………………………………………………………………………………………………… 24

Patch Panel Spreadsheet………………………………………………………………………………………………………………………………………………………………… 25

USF Adopted Jack Legend………………………………………………………………………………………………………………………………………………………………… 26

Attachment A ………………………………………………………………………………………………………………………………………………………………………………………………27

Attachment B ………………………………………………………………………………………………………………………………………………………………………………………………28

Attachment C ………………………………………………………………………………………………………………………………………………………………………………………………29

W-9 Form …………………………………………………………………………………………………………………………………………………………………………………………………………30

Request for Business Classification Information……………………………………………………………………………………………………31

Minority Vendor & Visa P-Card Certification………………………………………………………………………………………………………………32

Addenda and Rescheduling Form……………………………………………………………………………………………………………………………………………………33

Bidder’s Affirmation Declaration……………………………………………………………………………………………………………………………………………34-35

Directions and Map to USF Purchasing Office………………………………………………………………………………………………………………36-37

Page 5: SUBMIT BID TOusfweb2.usf.edu/Bids/bid web/2010-2011 BIDS/11-23...INVITATION TO BID Page 1 of 37 Pages BIDS WILL BE OPENED 3:00 P.M., June 22, 2011 and may not be withdrawn within 45

5

1. Opening Note to Vendors

Bidder’s response to this Invitation to Bid shall be delivered to the Purchasing and Property

Services, University of South Florida, AOC 200, 4202 East Fowler Avenue, Tampa, Florida

33620-9000, no later than 3:00 P.M. on June 22, 2011 according to the official clock located in the University’s Purchasing Department. No other time-keeping source will be considered

for this purpose. The University shall not extend or waive this time requirement for any

reason whatsoever. Bids and/or amendments to the Invitation to Bid that arrive after 3:00

P.M. on June 22, 2011 will not be accepted/considered for any reason whatsoever. These bids will be returned unopened to the vendor. Telephone, inclusive of facsimile and electronic

mail and telegraphic bids and/or amendments shall not be accepted at any time. At 3:00 P.M.

on June 22, 2011 all timely bids received bids will be opened and recorded.

If bidder elects to mail/ship in its bid package, the bidder must allow sufficient time to

ensure the University’s proper receipt of the bid package by the time specified above.

Regardless of the form of delivery, it is solely the responsibility of the bidder to ensure

that the bid package arrives at the University’s Purchasing Department no later than 3:00

P.M. on June 22, 2011.

Bids will be accepted up to, and no bids may be withdrawn after, the deadline for bids

submission time and date shown above. Bids must be delivered in sealed envelopes/packages

clearly marked: Bid No. ITB 11-23-MH.

2. PURPOSE

To allow the University to enter into an annual contract with a multiple award to certified

contractors to provide “labor and/or material(s)” services as specified herein for projects on

the Tampa, St. Petersburg, Sarasota, and Lakeland campuses. The contract period shall be for a

(1) one year period, with the option to renew the contract for 3 (three) additional one (1)

year periods under the terms, conditions and pricing as stated by agreement, in writing, if it

should be deemed advisable and advantageous to do so. The exact cost of each project will be

reviewed for proper selection of task prior to start of work, on a project-by-project basis,

based on the pricing set forth herein. The awarded contractors shall be required to maintain a

“Certificate of Insurance” with coverage as required by the University that spans the period of

the annual contract purchase order. (See Special Condition #21, page 8)

In the best interest of, the University Of South Florida, Information Technologies reserves

the right to do open Bidding for any project deemed necessary.

3. AWARD

The University of South Florida intends to award on an IDIQ (Indefinite Delivery, Indefinite

Quantity) basis for the following contract to cover the scope of the work defined in the

scope description of this contract.

Bid Award Criteria: This Invitation to Bid/ITB will be awarded to multiple contractors based

on lowest priced qualified vendors/contractors. (item #24, page 9) The projects will be

released as they develop within the University. USF Information Technologies will meet with

the vendors/contractors and request quotes for each project based upon the prices per unit

and hourly rates included in this bid. When deemed necessary, USF Information Technologies

Telecommunications Infrastructure Department Representatives will manage all projects. The

University reserves the right to award or not award this ITB based upon the University’s

requirements.

4. MISTAKES

If the bidder makes an extension error(s) in the proposal, the unit price will prevail

and the bidder's Total Offer will be corrected accordingly. If the bidder makes an

addition error(s), the extended totals will prevail and the bidder's Total Offer will

be corrected accordingly. Bidders must check their bid proposals for any such errors.

Failure to do so will be at the bidder's risk.

In the event a mistake results in the written request of a bidder withdrawing any part

of his/her bid, the bidder must withdraw the entire bid package and the University

will not consider that bid for award of ANY of the subject ITB. This applies to all

requests for withdrawal whether the bid is an "All-or-None" award, "Lot-by-Lot" award

or "Item-by-Item" award. The only exception to this policy would be a case where the

mistake was the result of misinformation unknowingly supplied by the University. In

this event, a waiver of policy must be approved by the Director of Purchasing &

Property Services whose decision shall be final.

Page 6: SUBMIT BID TOusfweb2.usf.edu/Bids/bid web/2010-2011 BIDS/11-23...INVITATION TO BID Page 1 of 37 Pages BIDS WILL BE OPENED 3:00 P.M., June 22, 2011 and may not be withdrawn within 45

6

5. DISCOUNTS

Bidders are encouraged to offer a discount for prompt payment. PLEASE NOTE: Discounts

for prompt payment WILL NOT be considered in determining the lowest net cost for bid

evaluation purposes. This is in accordance with General Condition #4, Discounts.

Payment terms for less than thirty (40) days without a discount will not be accepted.

Any bid proposal offering payment terms of net 10 days, net cash, etc. will be changed

to net 40 days, and the award will be made accordingly.

Pursuant to section 215.422(3)(b), Florida Statutes, a state agency shall issue the

vendor’s payment within 40 days after receipt of an acceptable invoice; Certificate of

Contract Completion; and receipt, inspection and acceptance of the goods and/or

services provided in accordance with the terms and conditions of the purchase order

and/or contract. Any penalty for delay in payment shall be in accordance with Section

215.422(3) (b), Florida Statutes. The State will issue the interest penalty within

fifteen (15) days after mailing the original warrant.

6. AVAILABILITY OF FUNDS

The University's performance and obligation to pay under this contract is contingent upon

an annual appropriation by the Legislature.

7. WARRANTY

The contractor shall warrant all work against defects in materials, equipment and workmanship

for a period of one (1) year from the date of final acceptance by the University. Should any

defect in materials or workmanship, except ordinary wear and tear, appear during the above

stated warranty period, the contractor shall repair or replace same at no cost to the

University immediately upon written notice from the Manager of Telecommunications. The

contractor will also be responsible for registering the project with the manufacturer to

obtain any and all warranties provided by product manufacturers. The manufacturer warranty

certification shall be transmitted to Telecom Operations Manager. The contractor will not be

liable under the above warranty for any defects or damages resulting from unforeseeable

causes beyond the control and without the fault or negligence of the bidder, such as misuse

or neglect by the University, acts of God, fires, floods and hurricanes.

8. INTERPRETATION OF BIDDING DOCUMENTS/WRITTEN ADDENDA

The University will not interpret the meaning of the drawings, specifications, or other

bidding documents, or correct any apparent ambiguity, inconsistency or error therein orally.

The bidder must submit a written request for such interpretation or correction to the

Division of Purchasing & Property Services. Request can also be made by each awarded

contractor for the Inside Infrastructure Project Bid Checklist (Attachment C) on each project

bid. Please submit request to SVC 4010 attention INFRASTRUCTURE or

[email protected].

When the University finds it necessary to supplement, modify or interpret any portion of the

bidding documents prior to the bid opening date, such procedure will be accomplished by the

issuance of written addenda to the ITB, which will be delivered or mailed to all prospective

bidders at the address furnished for such purpose. The bidder’s failure to submit any or all

required addenda in the bid response may result in disqualification of that bidder’s bid

package.

PLEASE NOTE: If a prospective bidder has downloaded this ITB via Purchasing & Property

Services from the World Wide Web [http://usfweb2.usf.edu/purchasing/Purch2.htm], the vendor

shall check the Web forty-eight (48) hours before the opening of this bid/proposal to verify

that he/she has received any addendum that may have been issued.

9. POSTING OF BID TABULATIONS

The University will post the bid tabulation indicating the recommended awards in the display

case outside the Office of Purchasing & Property Services, AOC-200, Andros Office Classroom,

University of South Florida Tampa Campus for review by interested persons. The tabulation

will remain posted for a period of seventy-two (72) hours. Failure to file a protest within

the time prescribed in Section 120.57(3) (a), Florida Statutes, shall constitute a waiver of

proceedings under Chapter 120, Florida Statutes.

VENDOR NOTE: Any person who files an action protesting a decision or intended decision

Page 7: SUBMIT BID TOusfweb2.usf.edu/Bids/bid web/2010-2011 BIDS/11-23...INVITATION TO BID Page 1 of 37 Pages BIDS WILL BE OPENED 3:00 P.M., June 22, 2011 and may not be withdrawn within 45

7

pertaining to a bid which would establish a term contract shall furnish a bond. This bond

shall be included with the formal written protest in an amount equal to one percent (1%) of

the estimated total volume of the contract or $10,000, whichever is less, payable to the

University of South Florida. This bond will be used to pay any and all costs of the

Administrative Hearing and/or subsequent Appellant Court proceedings.

The Agency and the Commission on Minority Economic and Business Development is hereby granted

standing to protest, pursuant to s. 287.0945, in a timely manner, any contract award in

competitive bidding for contractual services and construction contracts that fail to include

minority business enterprise participation, if any responding bidder has demonstrated the

ability to achieve any level of participation, or any contract award for commodities where, a

reasonable and economical opportunity to reserve a contract statewide or district level, for

minority participation was not executed or, and agency failed to adopt applicable preference

for minority participation. Any low bidder with no participation shall be deemed not in "good

faith."

10. BID TABULATION

Bidders desiring a copy of the bid tabulation of this Invitation to Bid may download a copy

from the Purchasing web site after the bid has been awarded.

http://usfweb2.usf.edu/purchasing/Purch2.htm Bid results will not be given out over the

telephone.

11. INVITATION TO BID FORM

All bid proposals shall be submitted using the University of South Florida, Invitation to

Bid, Bidders Acknowledgement form to be considered for an award of the bid. The form shall be

properly completed in ink or typewritten, signed by the bidder, and returned with the bid in

a sealed envelope. The sealed envelope should have the ITB number and the opening date of the

bid marked on the OUTSIDE of the envelope.

12. FEID NUMBER

Bidders MUST supply their Federal Employee Identification Number or Social Security number to

qualify for award of this bid.

13. COVER SHEET

The Invitation to Bid Bidder Acknowledgement and all related pages are a legal document and

cannot be altered in any way. Any alteration done by a vendor shall disqualify the bid, and

the response will not be considered valid. Any necessary changes to an Invitation to Bid

document will be implemented with a written addendum to the bid issued by the University of

South Florida Purchasing & Property Services.

14. EQUAL OPPORTUNITY STATEMENT

The State University System believes in equal opportunity practices which conform to both the

spirit and the letter of all laws against discrimination and is committed to non-

discrimination because of race, creed, color, sex, age, national origin, or religion. To be

considered for inclusion as a supplier under this agreement, the bidder commits to the

following:

A. The provisions of Executive Order 11246, September 24, 1965, and the rules,

regulations and relevant orders of the Secretary of Labor are applicable to each order

placed against this agreement regardless of value.

SUBPART D-CONTRACTOR'S AGREEMENTS See attached form.

B. If the bidder expects to receive $25,000 in Revenues during the first 12 months of

this agreement, a complete certificate of non-segregated facilities shall be attached

to the bid response. Sample certificate attached.

C. If the bidder expects to receive $60,000 in Revenues during the first 12 months of

this agreement and employs more than 50 people, standard form 100 (EEO-1) must be

filed prior to March 1 of each year.

D. If the bidder expects to receive $60,000 in Revenues during the first 12 months and

employs more than 50 people, a written program for affirmative action compliance must

be maintained by the bidder, subject to review upon request by the user agencies of

this agreement.

Page 8: SUBMIT BID TOusfweb2.usf.edu/Bids/bid web/2010-2011 BIDS/11-23...INVITATION TO BID Page 1 of 37 Pages BIDS WILL BE OPENED 3:00 P.M., June 22, 2011 and may not be withdrawn within 45

8

NOTE: Failure to return the completed and signed Equal Employment Opportunity Certification

with your response may disqualify your ITB/RFP for consideration.

15. PUBLIC ENTITY CRIMES

Any 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.

16. TIMELY PAYMENT PROBLEMS

The University shall issue the Vendors’ payment within 40 days (35 days for healthcare

providers) after receipt of an acceptable invoice and receipt, inspection, receipt of

successful test results, and acceptance of goods and/or services provided in accordance with

the terms and conditions of the purchase order/contract. Any penalty or delay in payment

shall be in accordance with section 55.03, Florida Statutes. The University’s vendor

ombudsman, whose duties include acting as an advocate for vendors who may be experiencing

problems in obtaining timely payment(s) from the University may be contacted at 813-974-2481.

17. LOBBYING

The expenditure of funds from Grants and Aids appropriations, for the purpose of lobbying the

Legislature or a State Agency, is prohibited. This condition is applicable to Florida State

appropriated grants and aids.

18. CONTACT PERSON

Any questions concerning this ITB should be directed via email to USF Purchasing Department,

Michael Hernandez, Purchasing Administrator, [email protected] tel. (813) 974-8123.

Technical questions should be directed to SVC 4010 attention INFRASTRUCTURE or

[email protected] please copy Michael Hernandez on all questions. Deadline for all

Vendor questions is 5:00pm June 03, 2011

19. AMERICANS WITH DISABILITIES ACT ADA

If awarded this bid/proposal, the Bidder agrees to comply with the Americans with

Disabilities Act (ADA) of 1990.

NOTE: If special accommodations are required in order to attend any event or meeting in

conjunction with this ITB, please notify Purchasing, at 974-2481 at least 5 working days

prior to the scheduled event.

20. PAYMENT

The contractor may request payment in the full amount of the value of items or service

received and accepted by submitting a properly executed invoice, with supporting documents

(if required).

Vendors shall submit detailed invoices sufficient for a proper pre-audit and post-audit

thereof. Each invoice must clearly identify the USF purchase order number, services, portion

of services, and expenses for which compensation is sought. The University reserves the right

to return any invoice that does not comply with this requirement. Payment will be tendered

only for services or the portion of services completed prior to the submission of the

invoice, or for expenses incurred prior to such submission. The University shall determine

the accuracy of all invoices. Invoices that have to be returned to the Vendor because of

Vendor preparation errors will result in a delay of the payment. In such cases, the invoice

payment requirements do not start until a properly completed invoice is provided to the

University.

Note: The University of South Florida Information Technology Representatives have the right

to view all invoices of materials billed the University that reflects the Distributor/Vendor

costs.

Page 9: SUBMIT BID TOusfweb2.usf.edu/Bids/bid web/2010-2011 BIDS/11-23...INVITATION TO BID Page 1 of 37 Pages BIDS WILL BE OPENED 3:00 P.M., June 22, 2011 and may not be withdrawn within 45

9

21. INSURANCE

a. The Vendor shall not commence any work in connection with this agreement until he/she has

obtained, at a minimum, all of the following types of insurance and such insurance has

been approved by the University. The Vendor shall not allow any subcontractor to commence

work on its subcontract until all similar insurance required of the subcontractor has been

so obtained. All insurance policies shall be with insurers qualified to do business in

Florida. The Vendor shall furnish the University proof of insurance coverage by

certificates of insurance ten (10) days after Contract award. All required insurance

policies shall name the University, Board of Regents of the State University System, and

the State of Florida as an additional named insured.

b. The Vendor must secure and maintain, during the life of this agreement, Worker's

Compensation Insurance for all his/her employees connected with the work of this project

and, in case any work is sublet, the Vendor shall require the insurance for all of the

subcontractor's employees unless such employees are covered by the protection afforded by

the Vendor's insurance. Such insurance shall comply fully with the Florida Worker's

Compensation Law. In case any class of employees engaged in work under his contract at

the site of the project is not protected under Worker's Compensation statute, the Vendor

shall provide, and cause each subcontractor to provide, adequate insurance satisfactory to

the University, for protection of the employees not otherwise protected. The policy shall

provide coverage for statutory benefits and Employer’s Liability coverage of $500,000 per

occurrence.

The Vendor must secure and maintain during the life of the Agreement, COMPREHENSIVE

GENERAL LIABILITY the policy shall be written on an occurrence basis with limits not less

than $1,000,000 Combined Single Limit ($50,000 limit for Fire Legal Liability). The

coverage provided shall be at least as broad as ISO Form CG0001 or ISO Broad Form GL0404,

including coverage for Premises-Operations, Independent Contractors, Contractual Liability

(no watercraft or employee bodily injury exclusion), Broad Form Property Damage including

explosion, collapse and underground hazards, Products-Completed Operations, Personal and

Advertising Injury Liability and Fire Legal Liability. If the policy contains a general

aggregate limitation, then the policy shall be endorsed to provide at least a $2,000,000

specific aggregate for the Work on this project. The policy shall name Contractor, its

officers, employees and agents and all parties required by the Prime Contract as

Additional Insureds (hereinafter collectively “Additional Insureds). The policy shall also

include a cross liability or severability of interest clause and shall be primary and

noncontributory insurance for all acts or omissions or any other liability of Additional

Insureds arising out of Subcontractor’s ongoing operations performed for Additional

Insureds or Subcontractor’s use of premises, equipment and facilities of Additional

Insureds. Any other insurance maintained by Contractor for its own benefit, or for the

benefit of other Additional Insureds hereunder, shall be excess and noncontributory. Any

other insurance maintained by other Additional Insureds hereunder should also be excess

and noncontributory towards Subcontractor’s primary insurance if required by the Prime

Contract toward Contractor. Contractor’s general liability policy has been or will be

endorsed to apply as excess over and noncontributory with any valid and collectible

insurance (collectible insurance includes Subcontractor’s deductibles and self-insured

retentions) available to Additional Insureds on Subcontractor’s policies.

c. The Vendor must secure and maintain during the life of the Agreement, COMPREHENSIVE

GENERAL LIABILITY AND COMPREHENSIVE AUTOMOBILE LIABILITY INSURANCE which protects the

Vendor and its officers, employees, servants, agents, and University from claims for

damages and personal injury, including accidental death, as well as claims for property

damages which may arise from operations under this agreement whether such operations be by

the Vendor or by anyone directly or indirectly employed by the vendor and the amounts of

such insurance shall be for, at the least, the amounts as follows:

1. Bodily Injury Liability

Each Person $ 1,000,000

Each Occurrence $ 1,000,000

2. Property Damage

Each Occurrence $ 1,000,000

3. Auto Public Liability Insurance

Bodily Injury $ 1,000,000

Each Occurrence $ 1,000,000

Page 10: SUBMIT BID TOusfweb2.usf.edu/Bids/bid web/2010-2011 BIDS/11-23...INVITATION TO BID Page 1 of 37 Pages BIDS WILL BE OPENED 3:00 P.M., June 22, 2011 and may not be withdrawn within 45

10

4. Umbrella or Excess Liability $1,000,000 Combined Single Limit per occurrence

and aggregate for this project, and coverages shall, as a minimum, follow form

of Subcontractor’s General Liability, Automobile Liability, and Employer’s

Liability coverages, including contractual liability coverage and coverage

afforded to Additional Insured(s).

d. Insurance clause for both BODILY INJURY & PROPERTY DAMAGE shall be amended to provide

coverage on an OCCURRENCE basis.

e. The University is exempt from, and shall in no way be liable for, any sums of money which

may represent a deductible in any insurance policy. The payment of such deductible is the

sole responsibility of the Vendor that obtained the insurance.

22. FEDERAL GRANT REQUIREMENTS

This special condition is applicable to purchase orders issued as a result of this ITB. The

purchase orders will be financed all or in part by Grants from the Federal Government.

Access to Records

The University of South Florida, the Federal Sponsoring Agency, the Comptroller General of

the United States and any of their duly authorized representatives, shall have access to any

books, documents, papers and records of the successful bidder(s) which are pertinent to the

purchases resulting from this ITB for the purpose of making audits, examinations, excerpts

and transcriptions.

Note: The University of South Florida Information Technologies Representatives has the right

to view all invoices of materials billed the University that reflects the Distributor/Vendor

costs.

The Copeland "Anti-Kick Back" Act

The successful bidder(s) shall comply with the Copeland "Anti-Kick Back" Act (18 U.S.C. 874)

as supplemented in Department of Labor regulations (29 CFR. Part 3).

The Davis-Bacon Act (Construction Only)

The successful bidder(s) shall comply with the Davis-Bacon Act (40 U.S.C. 276a-a7) and as

supplemented by Department of Labor regulations (29 CFR. Part 5). A copy of the current

prevailing wage determination issued by the Department of Labor is attached.

Contract Work Hours and Safety Standards Act

The successful bidder(s) shall comply with sections 103 and 107 of the Contract Work Hours

and Safety Standards Act (40 U.S.C. 327-330) as supplemented by Department of Labor

regulations (20 CFR. Part 5).

Clean Air Act and Federal Water Act

The successful bidder(s) must guarantee that all products purchased as a result of this bid

comply with all applicable standards, orders or regulations issued pursuant to the Clean Air

Act of 1970 (42 U.S.C. 1857 et. seq.) and the Federal Water Pollution Act (33 U.S.C. 1251 et.

seq.)

23. PARKING

The awarded contractor shall ensure that all vehicles parked on campus for purposes relating

to the work resulting from the award of this bid shall have proper parking permits. This

applies to all personal vehicles of the individuals working on the project and all unmarked

company vehicles, which will be on any USF campus for an extended period of time (more than

three days at a time or on a recurring basis). Permits are available from the University

Parking Services for a fee, an annual permit and daily permits are available. These vehicles,

which have permits, and all company vehicles will be expected to observe all parking rules

and regulations. Failure to obtain permits and properly display them could result in tickets

and/or towing at the contractor’s or individual's expense. For additional parking

information, contact Parking Services at (813) 974-6890.

24. QUALIFICATIONS OF CONTRACTORS

Pre-Award Evaluation: To be considered for award, the entity bidding this project shall have

experience and knowledge in implementing and maintaining low voltage systems referenced in

Page 11: SUBMIT BID TOusfweb2.usf.edu/Bids/bid web/2010-2011 BIDS/11-23...INVITATION TO BID Page 1 of 37 Pages BIDS WILL BE OPENED 3:00 P.M., June 22, 2011 and may not be withdrawn within 45

11

the University educational, Voice and Data Standards (Attachment B), for a minimum of two (2)

years prior to the bid opening date. Any Considerations will be reviewed and determined by

the University of South Florida Information Technologies Representatives.

A. Company Information Required: Each bidding entity shall furnish the following

information:

1. Name and address of operating company, indicate type of business (i.e. individual,

partnership, corporation, other).

2. Number of years in the industry and the number of people regularly employed.

3. Work record showing the training and experience of the bidder's supervisors,

superintendents and/or project foremen (include names, addresses and telephone

numbers) who will be assigned to oversee this contract.

4. Evidence, in writing, that the bidding entities maintains permanent places of

business and have adequate equipment, finances, personnel, and inventory to

furnish the items offered satisfactorily and expeditiously, and can provide the

necessary services.

5. A list of and brief description of all current and past (within the last 24

months) contracts of comparable size and scope. List shall be complete with

contract dates, names, address and telephone numbers of owners. The University

will randomly check references. Negative responses judged to be significant by

the Associate Director of Purchasing will be cause for rejection of your bid.

The Associate Director of Purchasing Service’s decision shall be final and

binding.

B. The bidding entity shall be qualified to perform the work as required by these documents.

All bidding entities shall be licensed to do business in the State of Florida and must

meet the provisions of the Florida Statutes governing contractors. Bidders shall provide a

copy of the current Low Voltage License of an individual qualifying their company.

C. All awarded Contractors shall obtain OCC product installation certification by the company within 6 months of awarded dates.

D. All Awarded Contractors shall have a BICSI (or an approved equivalent) Registered

Communications Distribution Designer (RCDD) on staff, and BICSI (or an approved

equivalent) Registered/Certified "Technician". Bidders shall maintain an RCDD or BICSI

Technician on all projects, at all times. Bidders shall furnish copy of current

registration with proof of employment with bid submittal.

E. Bidder must also provide letter verifying its capability to be bonded on a per job basis of up to $200,000, referenced in Section 25 page 11.

PLEASE NOTE: Bidder must include the above information with the bid package to be considered

for the award.

Only those business entities that meet the "Qualification of Contractors" shall be considered

for the award.

FAILURE TO FURNISH ALL OF THE ABOVE INFORMATION UPON REQUEST WITHIN 5 WORKING DAYS SHALL BE

CAUSE FOR REJECTION OF YOUR BID.

Awarded Vendors will supply copies of background checks (State/Federal) for all personnel

that will be doing work on the USF Campuses.

25. PERFORMANCE/PAYMENT BOND

IF THE BASE BID TOTALS $100,000.00 OR MORE, A PERFORMANCE AND PAYMENT BOND WILL BE REQUIRED

OF THE SUCCESSFUL BIDDER at the discretion of the University of South Florida Information

Technologies Representative. (Cost shall be incorporated in bidder's "TOTAL OFFER".) If the

base bid totals $100,000 or more, the successful bidder shall furnish a surety bond as

security for faithful performance of order(s) awarded as a result of this bid, and for the

payment of all persons performing labor, and on their furnishing material in connection

therewith. Surety of such bond shall be in an amount equal to the bid. The attorney-in-fact

who signs the bond must file with the bond a certificate and effective dated copy of power of

Page 12: SUBMIT BID TOusfweb2.usf.edu/Bids/bid web/2010-2011 BIDS/11-23...INVITATION TO BID Page 1 of 37 Pages BIDS WILL BE OPENED 3:00 P.M., June 22, 2011 and may not be withdrawn within 45

12

attorney. This performance and payment bond in the amount of the bid award must be received

by the Director of Purchasing & Property Services no later than four (4) days after

notification of award is sent by the University.

26. LIQUIDATED DAMAGES

At the discretion of the University of South Florida, Information Technology Representatives,

the parties recognize and agree that the actual damages to Owner which will occur as a result

of any delay in the completion of this contract by Contractor are not readily ascertainable

at the time of the formation of this contract. Therefore, in the event of any such delay,

regardless of cause, Contractor shall pay to Owner the sum stated below per day, as

liquidated damages and not as a penalty. For each day that any part of the work remains

uncompleted after expiration of the time allowed for completion of the work or as expressly

increased by a change order, Contractor shall pay to Owner the sum of $200.00 per calendar

day as liquidated damages until such work is substantially complete. Overhead expenses

constitute only a part of the total damages that will be sustained by University in the event

of a delay. Therefore, in addition to the liquidated damages for the unascertainable damages,

Contractor shall be liable for and shall pay any and all overhead expenses incurred as a

result of Contractor's delay in completing the contract work. Owner may deduct from any

retainage balance or other monies due the Contractor, the amount of liquidated damages as

calculated and any overhead expenses incurred by Owner as a result of Contractor's delay in

completing the contract work.

If all or any part of any provision of this contract (or bid) are rendered unenforceable by a

court of competent jurisdiction, the remainder of the provision and all other provisions

shall remain in full force and effect.

27. BID BOND

At the discretion of the University of South Florida, Information Technology Representatives,

To verify and assure bondability, each bid must include a bond in accordance with current

state law requirements to the sum of not less than five (5%) percent of the total offer.

(Bid deposits are not acceptable). Bid Bond shall be in the name of the entity bidding the

contract. Under no circumstances shall the bidder start work until he has supplied to the

University a Performance and Payment Bond and has received notice to proceed.

28. CONTRACT PERIOD AND RENEWALS

The contract period shall be for a (1) one year period, with the option to renew the contract

for 5 (five) additional one (1) year periods under the terms, conditions and pricing as

stated by agreement, in writing, if it should be deemed advisable and advantageous to do so.

The first six (6) months after commencement of the contract shall be considered probationary

and continuation of the contract will depend upon the quality of the product, work and /or

service exhibited. The contract may be terminated at this time with no recourse, and the

University of South Florida can cancel the contract at any time due to the work and/ or

service exhibited, by the Director of Purchasing & Property Services or his designee, in

writing, and awarded to the next approved respondent.

Page 13: SUBMIT BID TOusfweb2.usf.edu/Bids/bid web/2010-2011 BIDS/11-23...INVITATION TO BID Page 1 of 37 Pages BIDS WILL BE OPENED 3:00 P.M., June 22, 2011 and may not be withdrawn within 45

13

29. Purchasing Card Program

The University of South Florida has implemented the State of Florida purchasing card program

through Bank of America, using the Visa network. Vendors may receive payment from the

purchasing card in the same manner as other Visa purchases. Please indicate your ability to

accept Visa in the space provided on the Bid Proposal Page 12.

I will accept payment by Visa Purchasing Card.

___________________________________________ _____________________

Authorized Signature Date

30. PURCHASES BY OTHER AGENCIES

With the consent and agreement of the successful bidder(s) purchases may be made under this

ITB/RFP by other universities, community colleges, district school boards, other educational

institutions, and by other governmental agencies within the state of Florida. Such purchases

shall be governed by the same terms and conditions stated in the proposal solicitation. If

the period of time is not defined within the solicitation, the prices, terms and conditions

shall be firm for 120 days from the date of award.

Bidders shall note exceptions to the above paragraph, if any.

31. W-9 FORM

Bidding entities are required to complete and return the W-9 Form attached herein with their

bid response. (See pages 26-27)

NOTE: Failure to return the completed and signed W-9 statement with your response may

disqualify your proposal for consideration.

32. CAMPUS OFFICE DIRECTORIES

A campus office directory can be accessed from the following websites:

Contact us page http://www.usf.edu/about-usf/contact-us.asp

Visitors page http://usfweb2.usf.edu/parking_services/visitors.asp

Site map page http://www.usf.edu/campuses/maps-directions/tampa.asp

NOTE: Only department sections are listed.

33. STANDARDS OF CONDUCT

It is a breach of ethical standards for any employee of the University to accept, solicit, or

agree to accept a gratuity of any kind, form or type in connection with any contract for

commodities or services. It is also a breach of ethical standards for any potential

contractor to offer an employee of the University a gratuity of any kind, form or type to

influence the development of a contract or potential contract for commodities or services.

34. CANCELLATION

For the protection of both parties all contractual obligations shall prevail for at least 90

days after the effective date of the contract. After that period, for the protection of both

parties, this contract may be cancelled, in whole or in part, by either party by giving

thirty (30) days written notice to the other party.

35. RIGHT TO TERMINATE

In the event any of the provisions of the contract are violated by the successful bidder, the

University may serve written notice upon bidder of its intention to terminate the contract.

Such notice will state the reason(s) for the intention to terminate the contract. If the

violation does not cease and satisfactory arrangements for correction are not made within ten

(10) days after the notice is served upon the bidder, the contract shall cease and terminate.

The liability of the bidder and/or his surety for any and all such violation(s) shall not be

affected by any such termination.

Page 14: SUBMIT BID TOusfweb2.usf.edu/Bids/bid web/2010-2011 BIDS/11-23...INVITATION TO BID Page 1 of 37 Pages BIDS WILL BE OPENED 3:00 P.M., June 22, 2011 and may not be withdrawn within 45

14

36. ADDENDUM

Purchasing & Property Services may issue written addenda prior to the bid opening date,

supplementing, modifying or interpreting any portion of this Invitation to Bid or Request for

Proposal. No verbal or written information from any source other than the Purchasing &

Property Services addenda is authorized as representing the University.

Proposer’s failure to return any and all addenda may result in disqualification of that

Proposer’s Invitation to Bid or Request for Proposal.

PLEASE NOTE: If a prospective bidder has downloaded this bid/proposal from the World Wide

Web [http://isis.fastmail.usf.edu/purchasing/Purch2.htm], it is solely the bidder’s

responsibility to check the Web forty-eight (48) hours before the closing time of this

bid/proposal to verify that the bidder has received any addenda that may have been issued.

37. INTERNET HOME PAGE

Any contract resulting from this bid will become a public document. The University of South

Florida may distribute any contract pricing and product information to eligible users and

other interested entities who may wish to review the USF Purchasing & Property Services Home

Page.

38. MINORITY VENDOR ENTERPRISES

The University of South Florida actively encourages the continued development and economic

growth of small, minority, service disabled veterans and women-owned businesses. Central to

this initiative is the participation of a diverse group of vendors doing business with the

University. To this end, it is vital that small, minority, service disabled veterans and

women-owned business enterprises participate in the State’s procurement process as both prime

contractors and subcontractors. Small, minority, service disabled veterans and women-owned

business enterprises are strongly encouraged to submit replies to this solicitation, or to

contact larger suppliers about subcontracting opportunities.

The vendor shall submit documentation addressing the Governor’s One Florida Initiative and

describing the efforts being made to encourage the participation of small, minority, service

disabled veterans and women-owned business enterprises. Please refer to the Governor’s “One

Florida Initiative” Section 2: Non discrimination in subcontracting when preparing this

documentation:

http://dms.myflorida.com/media/general_counsel_files/one_florida_executive_order_pdf

Vendors who contract with the University are required to provide information related to the

use of certified/non certified small, minority, service disabled veterans and women-owned

business. Prime Contractor Quarterly Reports should identify any participation by diverse

contractors: subcontractors, vendors, resellers, distributors, or such other participation as

the parties may agree. Prime Contractor Quarterly Report documentation shall include the

reporting of spending with state of Florida certified/non certified small, minority, service

disabled veterans and women-owned business enterprises. Such reports must be submitted

quarterly to the USF Supplier Diversity Manager and Purchasing & Property Services Director

by e-mail to [email protected] & [email protected]).

Is your firm a “Minority Business Enterprise” defined as a business concern engaged in

commercial transactions which is domiciled in Florida, is at least fifty-one (51%) percent

owned by minority person and whose management and daily operations are controlled by such

persons?

YES __________ NO __________

If yes, is it certified by the State of Florida Office of Supplier Diversity (OSD)?

YES __________ NO __________

The successful vendor(s) shall be required to supply quarterly reports to the University of

its payments to small, minority, service disabled veterans and women-owned business

enterprises for goods and services provided in servicing the users of this Data Storage

Equipment Contract. These quarterly reports will be submitted directly to the USF Supplier

Diversity Manager and Purchasing & Property Services Director by e-mail:

[email protected] & [email protected] to be utilized for the University’s Quarterly

subcontractor reporting to the State of Florida, Department of Management Services, Office of

Supplier Diversity. Subcontractor Reports should be provided by the Prime Contractor on a

quarterly basis by the 7th of the month in January, April, July & October. The form to submit

the use of subcontractor’s quarterly spend data is located here:

http://usfweb2.usf.edu/supplierdiversity/CMBE%20NONCMBE%20CONT%20COMP%20FORM%20121710%20INTER

NET.xlsx

Vendor shall provide with the proposal list of MBE suppliers and subcontractor.

Special Notice: Prior to submitting your bid response, please verify that the following have

Page 15: SUBMIT BID TOusfweb2.usf.edu/Bids/bid web/2010-2011 BIDS/11-23...INVITATION TO BID Page 1 of 37 Pages BIDS WILL BE OPENED 3:00 P.M., June 22, 2011 and may not be withdrawn within 45

15

been addressed and are enclosed, where applicable, as part of your bid

response.

The cover page of the bid/proposal is signed Yes ___ No ___

Certificate of Non-Segregated Facilities Certificate (EEO) is included and signed

Yes ___ No ___

W9, all addendum (if any) are included and signed Yes ___ No ___

The University has ten (10) working days to inspect and accept or reject the goods purchased by this

Invitation to Bid.

All bid proposals must be submitted on our standard Invitation to Bid Form which are the 2nd and 3

rd

pages of this ITN. Bid proposals on vendor quotation forms may not be accepted.

39. EVENT SCHEDULE (dates are subject to change)

Bid Issued 5/25/2011

Vendor Question Due 6/03/2011

Response to Vendor Questions 6/08/2011

Bids Due 6/22/2011

Bid Evaluations 6/23-6/29/2011

Bid Awarded 6/30/2011

Page 16: SUBMIT BID TOusfweb2.usf.edu/Bids/bid web/2010-2011 BIDS/11-23...INVITATION TO BID Page 1 of 37 Pages BIDS WILL BE OPENED 3:00 P.M., June 22, 2011 and may not be withdrawn within 45

16

BID SPECS FOR INSTALLATION AND MATERIALS FOR INSIDE CABLE AND WIRING

The University of South Florida through Information Technology has prepared a bid to develop a long

term relationship with multiple contractors for Telecommunications INSIDE PLANT Maintenance and

Construction on all of our campuses and locations, throughout the State of Florida.

Damages: Any and all damage to University property will be the responsibility and liability of the

successful bidder (vendor).

Bidders Responsibility: It is the responsibility of each bidder to locate and note each and every

obstacle in the area/scope of work. The method that shall be used will be a preconstruction

conference to be held on a particular date with the awarded vendors. Each vendor /contractor will be

given the same date, location, and time (72 hours) to respond with a price quote for a particular

project. The vendor with the lowest quote and stated ability to complete the work in the time

specified on the requested project will be the selected vendor to provide that service. A RCDD will

be present with ladder and necessary tools and personnel to do a thorough and complete site survey

for each price quote. Each contractor is responsible to respond to Punchlist Form (Attachment A),

and any Letters of Transmittal (Attachment C).

Safety Procedures: Contractors shall comply with all OSHA safety standards and procedures. The

vendor shall furnish appropriate safety equipment for their employees and construction site, to

include safety zoning and the securing of all equipment and tools at all times. Must have first aid

and safety training certificate provided to the University of South Florida Information technologies

Representative prior to every project. Areas of asbestos will require all contractors to adhere to

guidelines set forth by the USF Department of Health & Safety.

Work Rules: Contractor’s employees must keep in mind during all contacts with client personnel that

client satisfaction is paramount. Contractor’s employee's speech, actions, dress and attitude must

not detract from client satisfaction at any time. Contractor employees must keep in mind, however,

that they are representing USF Information Technologies in such contacts and avoid actions or speech

that would reflect unfavorably on the department. In addition, any and all contractor’s

representatives shall never fraternize with any USF student. Also, contractors are not allowed to

provide rides to USF Students in their vehicles. During the execution of this contract, contractor

personnel reflect upon the University of South Florida. Contractor commits to maintaining high

standards of professional conduct, neat and clean appearance of vehicles, equipment and personnel,

and honest business practices are required. Parties agree that lackadaisical attitude of personnel,

unwashed or battered vehicles, and misstatements on reports or invoices, and delayed payment of

bills relating to such contracts are examples of unacceptable behavior. The University requires all

contractor personnel to dress appropriately for the task at hand. The University requires all

technicians who perform fieldwork to drive a contractor-provided vehicle, which is clearly marked as

belonging to the contractor (See Special Condition # 23, page 9). The vehicles can be any type

preferred by the contractor as long as the vehicles are clearly marked, in good operating order, and

have a good appearance. The University shall retain the right to request the removal of any of the

contractor’s personnel at any time.

Sanitation Facilities: Depending on scope of work, each vendor is responsible for sanitary

facilities and removal of refuse from job site. This includes “PORTA-POTTY" and other necessary

facilities.

Substitutions: Materials referenced are to be bid as is or with an approved substitute. The

submittal process is via shop drawings and or submittals, which procedure is found in the University

of South Florida's Information Technologies Specifications manual. This approval process must be

accomplished prior to the BID AWARD. Substitutions will be approved in writing only by USF

Information Technology designated representative Project Managers of IT infrastructure

[email protected] or in person 4202 East Fowler Avenue SVC 4010, Tampa, Florida 33620.

Schedule of Work: At time of each project, the University of South Florida I.T. Representative will

set each project. If nights and weekends are required, it will be at no additional cost to the

University of South Florida.

Performance Bonds: The issuance of a performance bonds is required. See Special Condition #25, page

11.

Liquidated Damages: See Special Condition #26, page 11.

Insurance Requirements: See Special Condition #21, page 8 & 9. Reference all campuses. USF shall be

listed as additional named insured.

Testing: Fiber will be tested with OTDR. The criteria for failure will be determined using industry

standard dB levels for the distance and type of fiber being tested. Splices of 0.30 dB or greater

Page 17: SUBMIT BID TOusfweb2.usf.edu/Bids/bid web/2010-2011 BIDS/11-23...INVITATION TO BID Page 1 of 37 Pages BIDS WILL BE OPENED 3:00 P.M., June 22, 2011 and may not be withdrawn within 45

17

are not acceptable. The vendor will furnish printed traces and/or disc for University of South

Florida's files.

Copper outside plant will be tested for shorts, grounds, continuity, and induction. One-percent

failure of copper facilities but no more than 1 pair per binder is acceptable to pass outside plant

test. A permanent record shall be made of these tests.

Inside Cable will be tested for applicable standards set forth by the USF I.T. Representatives. The

tests are to include Link and/or Channel, with all current test capabilities. Printed Test Results

and/or electronic copy are to be submitted to USF Information Technology Representative.

Successful tests and transmittal of these tests to, USF Information Technology SVC 4010 attention

INFRASTRUCTURE or [email protected] will enable any and all invoices to be paid. Payments

will be made according to USF Regulations. Invoices will not be paid until as build's supplied on

CAD drawings and test results submitted to the USF I.T. Representative and must be submitted at the

end of project.

As-Built Drawings: Contractor shall supply As-built drawings for all projects completed in hard

copy and electronic format. Acceptable electronic format includes, AutoCAD, PDF or Visio.

Labeling: All labeling shall comply with ANSI EIA/TIA 606A.

Terms of Contract: The initial term of contract one year with 5 one year extensions. The University

will be proactively verifying material costs and labor rates. Either party can cancel this contract

at any time with a 30 day written notice to the other party. See Special Condition #34, page 12 and

Special Condition #28, page 11.

Scope: To establish a long-term agreement with contractor for the purpose of Inside Plant

Construction and Maintenance. More specifically Information outlets, data infrastructure, fiber and

copper riser, fiber to the desktop as appropriate with the standard specifications set forth at the

time of project.

Page 18: SUBMIT BID TOusfweb2.usf.edu/Bids/bid web/2010-2011 BIDS/11-23...INVITATION TO BID Page 1 of 37 Pages BIDS WILL BE OPENED 3:00 P.M., June 22, 2011 and may not be withdrawn within 45

18

WIRING SPECS AND PRICING SHEETS

It is the intentions of the University to remain current with recommendations of BICSI and the

Cabling Industry, NEC, TIA/EIA/ANSI 568B Standards. USF I.T. is currently installing Category 6

unshielded Twisted Pair (UTP) – see current USF Building Specification- (Attachment B). There will

be no payment reimbursements for rental equipment, vehicles, lift trucks or any other items required

to complete any work required in the agreement without prior full disclosure.

PLEASE NOTE THAT PRICES BELOW DO NOT INCLUDE ANY COSTS FOR PROCURING

MATERIALS NEEDED TO COMPLETE THE SCOPE. PRICES ARE FOR LABOR ONLY.

Include labor to include labeling jacks and constructing cross-connect frames, 110 block or patch

panel, to include cable management, and Testing. Fiber is assumed to be terminated with factory

pigtails fusion spliced to main feed cable.

ITEM 1

Assume Average 150ft Permanent Link Length, 3 CAT 6 cables

Labor to install, terminate and test Category 6 each

ITEM 01 TOTAL OFFER X 1 EACH $ _____________

ITEM 2

Assume Cable Tray with stubbed out conduit

Labor to install, terminate, and test 3 CAT 6 cables each

Labor to install, terminate, and test 6 CAT 6 cables each

Labor to install, terminate, and test 1 CAT 6 cable each

Labor to install, terminate, and test 4 CAT 6 cables each

Labor to install, terminate, and test 6 CAT 6 cables each

Labor to install, terminate, and test 1 dual fiber (2 core) each

Labor to install, terminate, and test 2 dual fiber (4 core) each

ITEM 02 TOTAL OFFER X 1 EACH $ _____________

ITEM 3

Assume home-run conduit from frame to outlet location

Labor to install, terminate, and test 3 CAT 6 cables each

Labor to install, terminate, and test 6 CAT 6 cables each

Labor to install, terminate, and test 1 CAT 6 cable each

Labor to install, terminate, and test 4 CAT 6 cables each

Labor to install, terminate, and test 6 CAT 6 cables each

Labor to install, terminate, and test 1 dual fiber (2 core) each

Labor to install, terminate, and test 2 dual fiber (4 core) each

ITEM 03 TOTAL OFFER X 1 EACH $ _____________

Page 19: SUBMIT BID TOusfweb2.usf.edu/Bids/bid web/2010-2011 BIDS/11-23...INVITATION TO BID Page 1 of 37 Pages BIDS WILL BE OPENED 3:00 P.M., June 22, 2011 and may not be withdrawn within 45

19

ITEM 5

Assume no cable tray wire must be suspended then placed in conduit down wall

Labor to install, terminate, and test 3 CAT 6 cables each

Labor to install, terminate, and test 6 CAT 6 cables each

Labor to install, terminate, and test 1 CAT 6 cable each

Labor to install, terminate, and test 4 CAT 6 cables each

Labor to install, terminate, and test 6 CAT 6 cables each

Labor to install, terminate, and test 1 dual fiber (2 core) each

Labor to install, terminate, and test 2 dual fiber (4 core) each

ITEM 04 TOTAL OFFER X 1 EACH $ _____________

ITEM 5

Assume no cable tray wire must be suspended then placed in wiremold (panduit)

Labor to install, terminate, and test 3 CAT 6 cables each

Labor to install, terminate, and test 6 CAT 6 cables each

Labor to install, terminate, and test 1 CAT 6 cable each

Labor to install, terminate, and test 4 CAT 6 cables each

Labor to install, terminate, and test 6 CAT 6 cables each

Labor to install, terminate, and test 2 dual fiber (4 core) each

ITEM 05 TOTAL OFFER X 1 EACH $ _____________

ITEM 6

Assume no cable tray wire must be suspended then Hollow Dry Wall fished

Labor to install, terminate, and test 3 CAT 6 cables each

Labor to install, terminate, and test 6 CAT 6 cables each

Labor to install, terminate, and test 1 CAT 6 cable each

Labor to install, terminate, and test 4 CAT 6 cables each

Labor to install, terminate, and test 6 CAT 6 cables each

Labor to install, terminate, and test 1 dual fiber (2 core) each

Labor to install, terminate, and test 2 dual fiber (4 core) each

ITEM 06 TOTAL OFFER X 1 EACH $ _____________

ITEM 7

Assume no cable tray wire must be suspended then Hollow Concrete Block Wall fished

Labor to install, terminate, and test 3 CAT 6 cables each

Labor to install, terminate, and test 6 CAT 6 cables each

Labor to install, terminate, and test 1 CAT 6 cable each

Labor to install, terminate, and test 4 CAT 6 cables each

Labor to install, terminate, and test 6 CAT 6 cables each

Labor to install, terminate, and test 1 dual fiber (2 core) each

Labor to install, terminate, and test 2 dual fiber (4 core) each

Page 20: SUBMIT BID TOusfweb2.usf.edu/Bids/bid web/2010-2011 BIDS/11-23...INVITATION TO BID Page 1 of 37 Pages BIDS WILL BE OPENED 3:00 P.M., June 22, 2011 and may not be withdrawn within 45

20

ITEM 07 TOTAL OFFER X 1 EACH $ _____________

ITEM 8

Assume conduit pathway to install Copper Riser Cables, include terminating per foot & testing pair

Labor to Install terminate & test copper riser 000- 100 pair _ /foot

Labor to Install terminate & test copper riser 000- 200 pair ____________ /foot

ITEM 08 TOTAL OFFER X 1 EACH $ _____________

ITEM 9

Assume cable tray to Install Copper Riser Cables, include terminating per foot & testing pair

Labor to Install terminate & test copper riser 000- 100 pair /foot

Labor to Install terminate & test copper riser 000- 200 pair ______ /foot

ITEM 09 TOTAL OFFER X 1 EACH $ _____________

ITEM 10

Assume suspended to install Copper Riser Cables, include terminating per foot & testing pair

Labor to install terminate & test copper riser 000- 100 pair /foot

Labor to Install terminate & test copper riser 000- 200 pair ______ /foot

ITEM 10 TOTAL OFFER X 1 EACH $ _____________

ITEM 11

Assume conduit pathway to install Fiber Riser Cables

Labor to install terminate & test 6 core fiber /foot

Labor to install terminate & test 12 core fiber ____ /foot

Labor to install terminate & test 24 core fiber /foot

ITEM 11 TOTAL OFFER X 1 EACH $ _____________

Page 21: SUBMIT BID TOusfweb2.usf.edu/Bids/bid web/2010-2011 BIDS/11-23...INVITATION TO BID Page 1 of 37 Pages BIDS WILL BE OPENED 3:00 P.M., June 22, 2011 and may not be withdrawn within 45

21

ITEM 12

Assume cable tray to install Fiber Riser Cables

Labor to install terminate & test 6 core fiber /foot

Labor to install terminate & test 12 core fiber /foot

Labor to install terminate & test 24 core fiber /foot

ITEM 12 TOTAL OFFER X 1 EACH $ _____________

ITEM 13

Assume suspended to install Fiber Riser Cables

Labor to install terminate & test 6 core fiber ______ /foot

Labor to install terminate & test 12 core fiber /foot

Labor to install terminate & test 24 core fiber /foot

ITEM 13 TOTAL OFFER X 1 EACH $ _____________

ITEM 14

Fire stopping

Labor to fire stop 2-inch sleeve each

Labor to fire stop 4-inch sleeve each

ITEM 14 TOTAL OFFER X 1 EACH $ _____________

ITEM 15

Pathway into modular furniture

Labor for 1-inch whip to accommodate transition each

Labor for 2-inch whip to accommodate transition each

ITEM 15 TOTAL OFFER X 1 EACH $ _____________

ITEM 16

Core Boring

Labor to core bore 2-inch hole through floor ____ each

Labor to core bore 4-inch hole through floor each

Labor to core bore 2-inch hole through block wall ____ each

Labor to core bore 4-inch hole through pre-cast wall each

ITEM 16 TOTAL OFFER X 1 EACH $ _____________

ITEM 17

Standard Hourly Rate ___ per hour

After Hours Hourly Rate ___ per hour

ITEM 17 TOTAL OFFER X 1 EACH $ _____________

Page 22: SUBMIT BID TOusfweb2.usf.edu/Bids/bid web/2010-2011 BIDS/11-23...INVITATION TO BID Page 1 of 37 Pages BIDS WILL BE OPENED 3:00 P.M., June 22, 2011 and may not be withdrawn within 45

22

The University will pay Cost of Material plus 10 % Handling Charges

The vendor/contractor shall procure the material. After the vendor/contractor submits proof of the

material cost, USF will pay the vendor/contractor the material cost plus 10%. 10% markup does not

apply to miscellaneous items.

USF Information Technologies designated representative will approve all material prior to any

project assignment.

Types of Material’s found in USF I.T. Specifications Manual, As Provided by USF I.T.

Telecommunications representative are to be used explicitly for all Projects

PVC 4 pair CMR Various Sheath Colors

Category 6- Per USF I.T. Specifications Manual

4 pair CMP Various Sheath Colors

Category 6- Per USF I.T. Specifications Manual

Riser non-shielded Pair counts

100

200

Plenum CMP Fiber

12-core multi-mode- Per USF I.T. Specifications Manual

12-core single-mode- Per USF I.T. Specifications Manual

Information Outlets & accessories

Superior- Per USF I.T. Specifications Manual

Fiber Light Interface Units

Rack Technologies RTC {19 inch rack or wall mount} of appropriate port count (fully equipped) ST

Connectors for 62.5 Multi-mode, LC Connectors for 50 micron multimode and SC Connectors for Single

Mode- Per USF I.T. Telecommunications Specifications Manual

Cable Ties

Plenum rated Velcro ties- Per USF I.T. Telecommunications Specifications Manual

Tie Straps or Zip Ties are prohibited.

Cable Hangers

CADDY/Erico/Panduit- Per USF I.T. Specifications Manual and or approved equivalent.

Box Eliminators

ALLEN TEL AT-90 or equivalent - Per USF I.T. Specifications Manual

Connector Blocks- Panduit Raceway where applicable

Panduit 110 PDS System or OCCr –110 including c3, c4, c5 and 188, b2 as appropriate.

PLEASE NOTE: DISCOUNTS WILL NOT BE USED FOR BID EVALUATION PURPOSES.

Page 23: SUBMIT BID TOusfweb2.usf.edu/Bids/bid web/2010-2011 BIDS/11-23...INVITATION TO BID Page 1 of 37 Pages BIDS WILL BE OPENED 3:00 P.M., June 22, 2011 and may not be withdrawn within 45

23

CERTIFICATE OF NON-SEGREGATED FACILITIES

We certify to the University of South Florida that we do not and will not

maintain or provide for our employees any segregated facilities at any of our

establishments, and that we do not and will not permit our employees to perform

their services at any location, under our control, where segregated facilities

are maintained. We understand and agree that a breach of this certification is a

violation of the Equal Opportunity clause required by Executive Order 11246 of 24

September 1965.

As used in this certification, the term "segregated facilities" means any waiting

rooms, work areas, rest rooms and wash room, restaurants and other eating areas,

time clocks, locker rooms and other storage or dressing areas, parking lots,

drinking fountains, recreation or entertainment areas, transportation and housing

facilities provided for employees which are segregated by explicit directive or

are in fact segregated on the basis of race, creed, color or national origin,

because of habit, local custom or otherwise.

We, further, agree that (except where we have obtained identical certifications

from proposed subcontractors for specific time periods) we will obtain identical

certifications from proposed subcontractors prior to the award of subcontracts

exceeding $10,000 which are not exempt from the provisions of the Equal

Opportunity clause; that we will retain such certification in our files; and that

we will forward the following notice to such proposed subcontractors (except

where the proposed subcontractors have submitted identical certifications for

specific time periods):

NOTE TO PROSPECTIVE SUBCONTRACTORS OR REQUIREMENTS FOR CERTIFICATIONS OF NON-

SEGREGATED FACILITIES. A Certificate of Non-segregated Facilities, as required

by the 9 May 1967 order on Elimination of Segregated Facilities, by the Secretary

of Labor (32 Fed. Reg. 7439, 19 May 1967), must be submitted prior to the award

of a sub-contract exceeding $10,000 which is not exempt from the provisions of

the Equal Opportunity clause. The certification may be submitted either for each

sub-contract or for all subcontracts during a period (i.e. quarterly,

semiannually, or annually).

NOTE: Whoever knowingly and willfully makes any false, fictitious or fraudulent

representation may be liable to criminal prosecution under 18 U.S.C. 1001.

________________________________________

(NAME OF COMPANY)

BY: __________________________________

TITLE: _______________________________

DATE: ________________________________

Page 24: SUBMIT BID TOusfweb2.usf.edu/Bids/bid web/2010-2011 BIDS/11-23...INVITATION TO BID Page 1 of 37 Pages BIDS WILL BE OPENED 3:00 P.M., June 22, 2011 and may not be withdrawn within 45

24

SUBPART D - CONTRACTOR'S AGREEMENTS

SEC. 202. Except in contracts exempted in accordance with Section 204 of this Order, all Government

contracting agencies shall include in every Government contract hereafter entered into the following

provisions:

"During the performance of this contract, the contractor agrees as follows:

(1) The contractor will not discriminate against any employee or applicant for employment because

of race, color, religion, sex, or national origin. The contractor will take affirmative

action to ensure that applicants are employed, and that employees are treated during employ-

ment, without regard to their race, color, religion, sex, or national origin. Such action

shall include, but not be limited to the following: employment, upgrading, demotion, or

transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or

other forms of compensation; and selection for training, including apprenticeship. The

contractor agrees to post in conspicuous places, available to employees and applicants for

employment, notices to be provided by the contracting officer setting forth the provisions of

this nondiscrimination clause."

(2) The contractor will, in all solicitations or advertisements for employees placed by or on

behalf of the contractor; state that all qualified applicants will receive consideration for

employment without regard to race, color, religion, sex or national origin."

(3) The contractor will send to each labor union or representative of workers with which he has a

collective bargaining agreement or other contract or understanding, a notice, to be provided

by the agency contracting officer, advising the labor union or worker's representative of the

contractor's commitments under Section 202 of Executive Order No. 11246 of September 24,

1965, and shall post copies of notice in conspicuous places available to employees and

applicants for employment."

(4) The contractor will comply with all provisions of Executive Order No. 11246 of September 24,

1965 and of the rules, regulations, and relevant orders of the Secretary of Labor."

(5) The contractor will furnish all information and reports required by Executive Order No. 11246

of September 24, 1965, and by the rules, regulations, and orders of the Secretary of Labor,

or pursuant thereto, and will permit access to his books, records, and accounts by the

contracting agency and the Secretary of Labor for purposes of investigation to ascertain

compliance with such rules, regulations and orders.

(6) In the event of the contractor's noncompliance with the nondiscrimination clauses of this

contract or with any of such rules, regulations, or orders, this contract may be canceled,

terminated, or suspended in whole or in part and the contractor may be declared ineligible

for further Government contracts in accordance with procedures authorized in Executive Order

No. 11246 of September 24, 1965, and such other sanctions may be imposed and remedies

invoiced as provided in Executive Order No. 11246 of September 24, 1965, or by rule,

regulation, or order of the Secretary of Labor, or as otherwise provided by law."

(7) The contractor will include the provision of Paragraphs (1) through (7) in every subcontract

or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor

issued pursuant to Section 204 of Executive Order No. 11246 of September 24, 1965, so that

such provisions will be binding upon each subcontractor or vendor. The contractor will take

such action with respect to any subcontract or purchase order s the contracting agency may

direct as a means of enforcing such provisions including sanctions for noncompliance:

Provided, however, that in the event the contractor becomes involved in, or is threatened

with, litigation with a subcontractor or vendor as a result of such direction by the

contracting agency, the contractor may request the United States to enter into such

litigation to protect the interest of the United States."

SEC. 402 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era:

(1) The Contractor agrees to comply with the affirmative action clause and regulations published by the U.S. Department of Labor implementing Section 402 of the Vietnam Era Veteran's

Readjustment Assistance Act of 1974, as amended, and Executive Order 11701, which are

incorporated in this certificate by reference.

To be submitted prior to project completion

Page 25: SUBMIT BID TOusfweb2.usf.edu/Bids/bid web/2010-2011 BIDS/11-23...INVITATION TO BID Page 1 of 37 Pages BIDS WILL BE OPENED 3:00 P.M., June 22, 2011 and may not be withdrawn within 45

25

Page 26: SUBMIT BID TOusfweb2.usf.edu/Bids/bid web/2010-2011 BIDS/11-23...INVITATION TO BID Page 1 of 37 Pages BIDS WILL BE OPENED 3:00 P.M., June 22, 2011 and may not be withdrawn within 45

26

USF adopted jack legend

Page 27: SUBMIT BID TOusfweb2.usf.edu/Bids/bid web/2010-2011 BIDS/11-23...INVITATION TO BID Page 1 of 37 Pages BIDS WILL BE OPENED 3:00 P.M., June 22, 2011 and may not be withdrawn within 45

27

Attachment A

Page 28: SUBMIT BID TOusfweb2.usf.edu/Bids/bid web/2010-2011 BIDS/11-23...INVITATION TO BID Page 1 of 37 Pages BIDS WILL BE OPENED 3:00 P.M., June 22, 2011 and may not be withdrawn within 45

28

Attachment B http://usfweb2.usf.edu/FacilitiesPlan/process/guidelines.html

Each vendor is responsible for reviewing the content of this web site and abiding by the guidelines

in the performance of duties for the University of South Florida.

Page 29: SUBMIT BID TOusfweb2.usf.edu/Bids/bid web/2010-2011 BIDS/11-23...INVITATION TO BID Page 1 of 37 Pages BIDS WILL BE OPENED 3:00 P.M., June 22, 2011 and may not be withdrawn within 45

29

Attachment C

Letter of Transmittal

Date: ___________________________________________________________________________________________________

ATTN: ___________________________________________________________________________________________________

To: _______________________________________________________________________________________________________

RE: _______________________________________________________________________________________________________

We are sending you the following items: Attached

Under separate cover via mail Shop Drawings Prints Plans Materials Specifications Correspondence

Agreement/CO Addendum Bulletin Pay App

Copies Identification No. Description

NOTE:

These are transmitted as checked below:

For Approval Approved as Submitted Resubmit for Approval For your Use Approved as Noted

Submit copies for Dist. As Requested Returned for corrections Return Unused Mat. For Review & Comment

Receipt Signature ________________________________________ Date: ____________________________________

Copy to: _______________________________________________ Signed: ___________________________________

Project Manager

Page 30: SUBMIT BID TOusfweb2.usf.edu/Bids/bid web/2010-2011 BIDS/11-23...INVITATION TO BID Page 1 of 37 Pages BIDS WILL BE OPENED 3:00 P.M., June 22, 2011 and may not be withdrawn within 45

30

Instructions: 1. Use this form only if you are a U.S. person

(including U.S. resident aliens). If you are a foreign

person, use the appropriate Form W-8.

2. Complete Part 1 by completing the one row of

boxes that corresponds to your tax status.

3. Complete Part 2 by providing your Payment

Remittance Address

4. Complete Part 3 if you are exempt from Form 1099

reporting.

5. Complete Part 4 by signing & dating form.

Part 1 – Tax Status: (complete ONLY ONE ROW of boxes)

Individuals:

(Fill out this row)

Individual’s Name: (first name, middle initial, last name)

_________________________________ ____ ___________________________________

Individual’s Social Security Number

___ ___ ___ - ___ ___ - ___ ___ ___ ___

Sole Proprietor:

(Fill out this row) A sole proprietorship may have

a “doing business as” trade

name, but the legal name is the

name of the business owner.

Business Owner’s Name: (REQUIRED)

__________________ ____

(First Name) (Middle Initial)

____________________________

(Last Name)

Business Owner’s Social Security Number

___ ___ ___ - ___ ___ - ___ ___ ___ ___

OR Employer ID Number

___ ___ - ___ ___ ___ ___ ___ ___ ___

Business or Trade Name (OPTIONAL)

_________________________________

_________________________________

Partnership:

(Fill out this row)

Name of Partnership:

____________________________

Partnership’s Employer ID Number

___ ___ - ___ ___ ___ ___ ___ ___ ___

Partnership’s Name on IRS records (see

IRS mailing label)

_________________________________

Corporation, exempt

charity or other

entity:

(Fill out this row)

Name of Corporation or Entity:

____________________________

____________________________

Employer ID Number

___ ___ - ___ ___ ___ ___ ___ ___ ___

Are you

incorporated?

YES NO

A corporation may use an abbreviated

name or its initials, but its legal name is

the name on the articles of incorporation.

D.B.A. or T.A. companies?

Attach all of the business names.

Part 2 – A. Ordering Address: (Address where Purchase Orders should be mailed)

__________________________________________________ ______________________________________________________

__________________________________________________ ______________________________________________________

B. Payment Remittance Address: (Address where Payments should be mailed)

__________________________________________________ ______________________________________________________

__________________________________________________ ______________________________________________________

C. Business Contact Information:

Business Phone # _____________________________________

Business Fax # ____________________________________

Business Website Address _____________________________

Contact Person ________________________________________

Contact Phone # _______________________________________

Contact Fax # _______________________________________

Part 3 – Exemption: If exempt from Form 1099 reporting, check here: AND circle your qualifying exemption reason below: 1. Corporation

Except there is no exemption for

medical and healthcare payments

or payments for legal services.

2. Tax Exempt

Tax Exempt Charity under

501(a) (includes 501(c)(3)), or

IRA

3. The United States or any

of its agencies or

instrumentalities

4. A state, the District of

Columbia, a possession of

the United States, or any of

their political subdivisions.

5. A foreign government or

any of its political

subdivisions.

Part 4 – Certification: Under penalties of perjury, I certify that:

1. The number shown on this form is my correct

taxpayer identification number (or I am waiting for

a number to be issued to me), and

2. I am not subject to backup withholding because: (a)

I am exempt from backup withholding, or (b) I

have not been notified by the Internal Revenue

Service (IRS) that I am subject to backup

withholding as a result of a failure to report all

interest or dividends, or (c) the IRS has notified me

that I am no longer subject to backup withholding

and

3. I am a U.S. person (including a U.S. resident alien).

Certification Instructions – You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have

failed to report all interest and dividends on your tax return.

Name of Person completing this form: _______________________________

Title of Person completing this form: ________________________________

Signature: __________________________________ Date: ______________

Phone: (_______) _________________________________________________

Address: ________________________________________________________

City: _________________________ State: __________ ZIP: __________

E-Mail Address: __________________________________________________

University of South Florida

Purchasing & Property Services Request for Taxpayer Identification and Certification

(Substitute for Form W-9)

Page 31: SUBMIT BID TOusfweb2.usf.edu/Bids/bid web/2010-2011 BIDS/11-23...INVITATION TO BID Page 1 of 37 Pages BIDS WILL BE OPENED 3:00 P.M., June 22, 2011 and may not be withdrawn within 45

31

University of South Florida

Purchasing & Property Services

Request for Business Classification Information

Business Classification

Small, Minority or Women-Owned Business? __________YES __________NO

If answered yes above, please circle classification that applies:

Federal Classifications

State of Florida Certified

Minority Business Enterprise

Non-Certified Minority

Business Enterprise

Non Profit

Organization

SBA 8(a) Certification

African American

African American

Minority Board

Small Disadvantaged Business

Certification

Hispanic

Hispanic

Minority Employees

HUBZone Certification

Asian/Hawaiian

Asian/Hawaiian

Minority Community

Veteran

Native American

Native American

Other- Non Profit

Service Disabled Veteran

American Woman

American Woman

Vietnam Veteran

Women Owned

Minority Owned Business

If you select a classification that is certified by a Federal or State agency, please provide a copy of your certification for each agency along with this application.

To determine your Federal Size Standard, please access the U.S. Small Business Administration’s website: http://www.sba.gov/starting/indexwhatis.html or go to the SBA’s http://www.sba.gov/size to look up your North American Industry Classification Systems (NAICS) Code and the qualifying number of employee’s or annual dol lar amount.

If you are using Federal Size Standards, please specify the codes used:

NAICS Code: _______ Number of Employees: ___________ or Annual Amount: ________

If you are not a State of Florida Certified Minority Business Enterprise and would like to download the application for certification of Minority Business Enterprise for the State of Florida and view the State of Florida’s Eligibility criteria, please go the Office of Supplier Diversity’s website at: http://osd.dms.state.fl.us.

Page 32: SUBMIT BID TOusfweb2.usf.edu/Bids/bid web/2010-2011 BIDS/11-23...INVITATION TO BID Page 1 of 37 Pages BIDS WILL BE OPENED 3:00 P.M., June 22, 2011 and may not be withdrawn within 45

32

MINORITY VENDOR & VISA P-CARD CERTIFICATION Certification of Minority Vendor

Is your firm a "Minority Business Enterprise", defined as a business concern engaged in

commercial transactions, which is domiciled in Florida, and which is at least fifty-one (51%)

percent owned by minority persons and whose management and daily operations are controlled

by such persons?

YES NO

If yes, is it certified by the State of Florida Office of Supplier Diversity (OSD)?

YES NO

All bid proposals must be submitted on our standard Invitation to Negotiate Form. Bid proposals

submitted on vendor quotation forms will not be accepted without a completed Invitation to

Negotiate Form.

Visa Purchasing Card (P-Card) acceptance Certification

I will accept payment by Visa Purchasing Card. (See Condition 3.17.3)

Print Name and Title

___________________________________________ ____________________

Authorized Signature Date

Page 33: SUBMIT BID TOusfweb2.usf.edu/Bids/bid web/2010-2011 BIDS/11-23...INVITATION TO BID Page 1 of 37 Pages BIDS WILL BE OPENED 3:00 P.M., June 22, 2011 and may not be withdrawn within 45

33

4202 E Fowler Ave AOC 200

Tampa, FL 33620-9000

Phone: (813) 974-2481

Addenda & Rescheduling

IT IS THE RESPONSIBILITY OF THE BIDDER TO CHECK THIS WEBSITE WITHING FORTY-EIGHT (48)

HOURS BEFORE THE OPENING DATE OF THE BID/PROPOSAL TO VERIFY THAT THE BIDDER HAS

RECEIVED ANY ADDENDA THAT MAY HAVE BEEN ISSUED.

TO BE NOTIFIED OF AN ADDENDUM OR RESCHEDULING OF AN OPENING DATE, PLEASE PROVIDE

PURCHASING SERVICES WITH THE FOLLOWING INFORMATION:

VENDOR NAME:________________________________________________________________________________

BID/PROPOSAL NO. REFERENCE NO. _____________________

PHONE NO. _____________________________ FAX NO. ________________________________________

E-MAIL ADDRESS _____________________________________________________________________________

EMAIL THIS FORM TO: PURCHASING AND PROPERTY SERVICES ATTENTION: Michael Anthony Hernandez

[email protected]

A MAP OF THE PURCHASING & PROPERTY SERVICES BUIDLING CAN BE FOUND AT THE

PURCHASING & PROPERTY SERVICES WEBSITE, AT THE BOTTOM OF THE PAGE:

http://usfweb2.usf.edu/purchasing/, AND ON PAGES 36&37 OF THIS ITN

Page 34: SUBMIT BID TOusfweb2.usf.edu/Bids/bid web/2010-2011 BIDS/11-23...INVITATION TO BID Page 1 of 37 Pages BIDS WILL BE OPENED 3:00 P.M., June 22, 2011 and may not be withdrawn within 45

34

Bidder's Affirmation and Declaration

Before me, the undersigned authority who is duly authorized by law to administer oaths and take acknowledgments, personally appeared

Affiant's Name

who, after being duly cautioned and sworn (or who is unsworn if that be the case) and being fully aware of the penalties of perjury, does hereby state

and declare, on his own behalf or on behalf of a partnership or corporation, whoever or whichever is the Bidder in the matter at hand, as follows:

1. That the Bidder, if an individual, is of lawful age; or

2. That if:

a. The Bidder is a partnership or a corporation, it has been formed legally;

b. The Bidder is a Florida Corporation, it has filed its Articles of Incorporation with the Florida

Secretary of State; and,

c. The bidder is a corporation incorporated under the law of a state other than Florida; it is duly

authorized to do business in the State of Florida.

3. That if the Bidder is using a fictitious name, he/she/it has complied with the Fictitious Name Statute of the

State of Florida.

4. That the Bidder has not submitted a rigged bid, nor engaged in collusive bidding or collusive bidding

arrangements or fraudulent bidding, or entered into a conspiracy relative to this bid, with any other person,

partnership, or corporation making a bid for the same purpose. The Bidder is aware that "Any understanding

between persons where one or more agree not to bid, and any agreement fixing the prices to be bid so that the

awarding of any contract is thereby controlled or affected, is in violation of a requirement for competitive

bidding and renders a contract under such circumstances invalid." [See McQuillian, Municipal Corporations,

§26.69].

5. That the Bidder is not in arrears to any agency in the State of Florida upon debt or contract and is not a

defaulter, as surety or otherwise upon any obligation to any agency of the State of Florida.

6. That no officer or employee of the University of South Florida, either individual or through any firm,

corporation or business of which he/she is a stockholder or holds office, shall receive any substantial benefit

or profit out of the contract of obligation entered into between the University of South Florida and this

Bidder or awarded to this Bidder; nor shall any University officer or employee have any financial interest in

assisting the Bidder to obtain, or in any other way effecting, the award of this contract or obligation to this

Bidder.

7. That, by submitting this bid, the Bidder certifies that he/she has fully read and understands the bid method

and has full knowledge of the scope, nature, and quality of the work to be performed and/or the services to be

rendered.

Further Bidder Sayeth Not.

Bidder: Complete the Acknowledgment on the following page.

Page 35: SUBMIT BID TOusfweb2.usf.edu/Bids/bid web/2010-2011 BIDS/11-23...INVITATION TO BID Page 1 of 37 Pages BIDS WILL BE OPENED 3:00 P.M., June 22, 2011 and may not be withdrawn within 45

35

Bidder's Affirmation and Declaration - Continued

We the undersigned, as Bidders, hereby declare that we have carefully read this Invitation to Bid or Request for Proposal and its accompanying

provisions, terms and conditions concerning the equipment, materials, supplies and/or services as called for, the technical specifications along with

any applicable drawings, attended all applicable pre-bid or pre-proposal conference along with visual inspections, and with the full knowledge and

understanding of the requirements and conditions, do hereby agree to furnish and to deliver as indicated, F.O.B. University of South Florida location,

with all transportation charges prepaid, and for the prices quoted thereon as follows.

***See Bid Proposal Herein***

Firm Name:______________________________________________________________________________________

Type of Organization: [ ] Individual [ ] Small Business [ ] Non-Profit

[ ] Partnership [ ] Corporation [ ] Joint Venture

Business is licensed, permitted or certified to do business in the State of

Florida. [ ] Yes [ ] No

E-Mail Address:________________________________________________________________________________

Division of Management Services SPURS License No.:_____________________________________________

State of Florida Corporation ID No. (from Secretary of State):_________________________________

State of Florida Fictitious Name Reg. No. (from Secretary of State):___________________________

State of Florida Contractor’s License No. (from DPR):__________________________________________

Name Contractor’s License is under:____________________________________________________________

FEID No. ________________________________________ County of ________________________________

Representative’s Name:_________________________________________________________________________

Authorized Representative’s Title:_____________________________________________________________

Address:_______________________________________________________________________________________

City:____________________________________ State:______________ Zip Code:_____________

Telephone No.____________________________________ Fax No.___________________________________

The foregoing instrument was acknowledged before me this the _______ day of ________________, 2010, by

_____________________________ who is personally known to me or who has produced identification and who did (did not) take an oath.

________________________________________________ ___________________________________________

Signature of Notary Public Authorized Signature of Affiant

Notary Public

State of ________________________________________

My Commission Expires: __________________________

_________________________________________ ___________________________________________

Printed, typed or stamped Printed, typed or stamped

Commissioned Name of Notary Public Name of Affiant

Page 36: SUBMIT BID TOusfweb2.usf.edu/Bids/bid web/2010-2011 BIDS/11-23...INVITATION TO BID Page 1 of 37 Pages BIDS WILL BE OPENED 3:00 P.M., June 22, 2011 and may not be withdrawn within 45

36

Page 37: SUBMIT BID TOusfweb2.usf.edu/Bids/bid web/2010-2011 BIDS/11-23...INVITATION TO BID Page 1 of 37 Pages BIDS WILL BE OPENED 3:00 P.M., June 22, 2011 and may not be withdrawn within 45

37