Upload
others
View
19
Download
0
Embed Size (px)
Citation preview
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:
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 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BIDS WILL BE OPENED 3:00 P.M., June 22, 2011 and may not be withdrawn within 45 days after such date and time.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.
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.
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
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.
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
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
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.
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.
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
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
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
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.
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.
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
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
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
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.
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 $ _____________
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
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 $ _____________
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 $ _____________
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.
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: ________________________________
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
25
26
USF adopted jack legend
27
Attachment A
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.
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
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)
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.
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
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
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
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.
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
36
37