INVITATION TO BID Installation of Inside Cable and Wiring ITB # MH

Size: px
Start display at page:

Download "INVITATION TO BID Installation of Inside Cable and Wiring ITB # MH"

Transcription

1 INVITATION TO BID Installation of Inside Cable and Wiring ITB # 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: mahernandez@admin.usf.edu. 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, Any questions concerning this Invitation to Negotiate should be directed to Michael Hernandez, Associate Director, Purchasing & Property Services: mahernandez@admin.usf.edu University of South Florida Purchasing and Property Services 4202 E Fowler Avenue AOC 200 Tampa, Florida

2 SUBMIT BID TO: UNIVERSITY OF SOUTH FLORIDA DIVISION OF PURCHASING AND PROPERTY SERVICES 4202 E FOWLER AVENUE AOC-200 TAMPA, FL Telephone Number: (813) Web Address: usfweb.usf.edu/purchasing/purch2.htm UNIVERSITY OF SOUTH FLORIDA INVITATION TO BID Page 1 of 37 Pages AGENCY MAILING DATE: May 25, 2011 BIDS WILL BE OPENED 3:00 P.M., June 22, 2011 and may not be withdrawn within 45 days after such date and time. EMPLOYER IDENTIFICATION NUMBER OR S.S. NUMBER VENDOR NAME VENDOR REMITTANCE ADDRESS CITY-STATE-ZIP BID TITLE: INSTALLATION OF INSIDE CABLE AND WIRING DELIVERY DATE WILL BE after receipt of Purchase Order WEB ADDRESS: DAYS REASON FOR NO BID 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. 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 (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 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, nonconformance 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. GENERAL CONDITIONS (e) (f) (g) BID NO. ITB MH CASH DISCOUNT TERMS 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 (3), Florida Statutes, shall constitute a waiver of proceedings under Chapter 120, Florida Statutes. Posting will be on or about AUTHORIZED SIGNATURE (MANUAL) AUTHORIZED SIGNATURE (TYPED) TITLE ADDRESS: 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. 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 (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 Written inquiries and requests for interest penalty payments can be addressed to: USF Accounts Payables, 4202 Fowler Ave ADM 147, Tampa, Fl 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.

3 NOTE: 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 6c (3). Failure to file a protest within the time prescribed in Section (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 (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 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 br 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 , 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 , 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. 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 Bid Tabulation Invitation to Bid Form FEID Number Cover Sheet Equal Opportunity Statement Public Entity Crimes Timely Payment Problems Lobbying Contact Person American with Disability Act ADA Payment Insurance Federal Grant Requirements Parking Qualifications of Contractors Performance/Payment Bond Liquidated Damages Bid Bond Contract Period and Renewals Purchasing Card Program Purchases by Other Agencies W-9 Form Campus Office Directories Standards of Conduct Cancellation Right to Terminate Addendum Internet Home Page Minority Vendor Enterprises Event Schedule 15 SPECIFICATIONS FOR INSTALLATION AND MATERIALS WIRING SPECIFICATIONS AND PRICING SHEETS 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 Directions and Map to USF Purchasing Office

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 , 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, 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 MH. 2. PURPOSE 3. AWARD 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 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. 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 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. 5

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 (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 (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 awarded contractor for the Inside Infrastructure Project Bid Checklist (Attachment C) on project bid. Please submit request to SVC 4010 attention INFRASTRUCTURE or infrastructure@itc.usf.edu. 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 [ 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 (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 6

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 , 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. 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 nondiscrimination 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 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 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. 7

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 , 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 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 to USF Purchasing Department, Michael Hernandez, Purchasing Administrator, mahernandez@admin.usf.edu tel. (813) Technical questions should be directed to SVC 4010 attention INFRASTRUCTURE or infrastructure@itc.usf.edu please copy Michael Hernandez on all questions. Deadline for all Vendor questions is 5:00pm June 03, AMERICANS WITH DISABILITIES ACT ADA If awarded this bid/proposal, the Bidder agrees to comply with the Americans with Disabilities Act (ADA) of NOTE: If special accommodations are required in order to attend any event or meeting in conjunction with this ITB, please notify Purchasing, at 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. 8

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 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, Property Damage Each Occurrence $ 1,000, Auto Public Liability Insurance Bodily Injury $ 1,000,000 Each Occurrence $ 1,000,000 9

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 ) 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 et. seq.) and the Federal Water Pollution Act (33 U.S.C 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) 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 10

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, 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 11

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 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 $ 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, 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. 12

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 Visitors page Site map page NOTE: Only department sections are listed. 33. STANDARDS OF CONDUCT It is a br 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 br 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. 13

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 [ 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: 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 to nmathis1@admin.usf.edu & tdibella@admin.usf.edu). 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 nmathis1@admin.usf.edu & tdibella@admin.usf.edu 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: 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 14

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 2 nd pages of this ITN. Bid proposals on vendor quotation forms may not be accepted. and 3 rd 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/

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 bidder to locate and note 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 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, 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 infrastructure@itc.usf.edu or in person 4202 East Fowler Avenue SVC 4010, Tampa, Florida Schedule of Work: At time of project, the University of South Florida I.T. Representative will set 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 16

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 infrastructure@itc.usf.edu 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. 17

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 ITEM 2 Assume Cable Tray with stubbed out conduit Labor to install, terminate, and test 3 CAT 6 cables ITEM 01 TOTAL OFFER X 1 EACH $ Labor to install, terminate, and test 6 CAT 6 cables Labor to install, terminate, and test 1 CAT 6 cable Labor to install, terminate, and test 4 CAT 6 cables Labor to install, terminate, and test 6 CAT 6 cables Labor to install, terminate, and test 1 dual fiber (2 core) Labor to install, terminate, and test 2 dual fiber (4 core) 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 Labor to install, terminate, and test 6 CAT 6 cables Labor to install, terminate, and test 1 CAT 6 cable Labor to install, terminate, and test 4 CAT 6 cables Labor to install, terminate, and test 6 CAT 6 cables Labor to install, terminate, and test 1 dual fiber (2 core) Labor to install, terminate, and test 2 dual fiber (4 core) ITEM 03 TOTAL OFFER X 1 EACH $ 18

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 Labor to install, terminate, and test 6 CAT 6 cables Labor to install, terminate, and test 1 CAT 6 cable Labor to install, terminate, and test 4 CAT 6 cables Labor to install, terminate, and test 6 CAT 6 cables Labor to install, terminate, and test 1 dual fiber (2 core) Labor to install, terminate, and test 2 dual fiber (4 core) 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 Labor to install, terminate, and test 6 CAT 6 cables Labor to install, terminate, and test 1 CAT 6 cable Labor to install, terminate, and test 4 CAT 6 cables Labor to install, terminate, and test 6 CAT 6 cables Labor to install, terminate, and test 2 dual fiber (4 core) 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 Labor to install, terminate, and test 6 CAT 6 cables Labor to install, terminate, and test 1 CAT 6 cable Labor to install, terminate, and test 4 CAT 6 cables Labor to install, terminate, and test 6 CAT 6 cables Labor to install, terminate, and test 1 dual fiber (2 core) Labor to install, terminate, and test 2 dual fiber (4 core) 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 Labor to install, terminate, and test 6 CAT 6 cables Labor to install, terminate, and test 1 CAT 6 cable Labor to install, terminate, and test 4 CAT 6 cables Labor to install, terminate, and test 6 CAT 6 cables Labor to install, terminate, and test 1 dual fiber (2 core) Labor to install, terminate, and test 2 dual fiber (4 core) 19

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 pair _ /foot Labor to Install terminate & test copper riser 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 pair /foot Labor to Install terminate & test copper riser 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 pair /foot Labor to Install terminate & test copper riser pair /foot ITEM 11 Assume conduit pathway to install Fiber Riser Cables ITEM 10 TOTAL OFFER X 1 EACH $ 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 $ 20

21 ITEM 12 Assume cable tray to install Fiber Riser Cables Labor to install terminate & test 6 core fiber Labor to install terminate & test 12 core fiber Labor to install terminate & test 24 core fiber /foot /foot /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 Labor to install terminate & test 24 core fiber /foot /foot ITEM 13 TOTAL OFFER X 1 EACH $ ITEM 14 Fire stopping Labor to fire stop 2-inch sleeve Labor to fire stop 4-inch sleeve ITEM 14 TOTAL OFFER X 1 EACH $ ITEM 15 Pathway into modular furniture Labor for 1-inch whip to accommodate transition Labor for 2-inch whip to accommodate transition ITEM 15 TOTAL OFFER X 1 EACH $ ITEM 16 Core Boring Labor to core bore 2-inch hole through floor Labor to core bore 4-inch hole through floor Labor to core bore 2-inch hole through block wall Labor to core bore 4-inch hole through pre-cast wall ITEM 17 ITEM 16 TOTAL OFFER X 1 EACH $ Standard Hourly Rate After Hours Hourly Rate per hour per hour ITEM 17 TOTAL OFFER X 1 EACH $ 21

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 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. 22

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 br of this certification is a violation of the Equal Opportunity clause required by Executive Order of 24 September 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 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 (NAME OF COMPANY) BY: TITLE: DATE: 23

24 SUBPART D - CONTRACTOR'S AGREEMENTS SEC 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 employment, 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 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 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 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 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 of September 24, 1965, and such other sanctions may be imposed and remedies invoiced as provided in Executive Order No 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 of September 24, 1965, so that such provisions will be binding upon 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 24

25 25

26 USF adopted jack legend 26

27 Attachment A 27

28 Attachment B 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. 28

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 Copy to: Date: Signed: Project Manager 29

30 University of South Florida Purchasing & Property Services Request for Taxpayer Identification and Certification (Substitute for Form W-9) Instructions: 1. Use this form only if you are a U.S. person 2. Complete Part 1 by completing the one row of (including U.S. resident aliens). If you are a foreign boxes that corresponds to your tax status. person, use the appropriate Form W Complete Part 2 by providing your Payment Remittance Address Part 1 Tax Status: (complete ONLY ONE ROW of boxes) Individuals: (Fill out this row) Individual s Name: (first name, middle initial, last name) 4. Complete Part 3 if you are exempt from Form 1099 reporting. 5. Complete Part 4 by signing & dating form. 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 - 30 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 Part 3 Exemption: If exempt from Form 1099 reporting, check here: 1. Corporation 2. Tax Exempt Except there is no exemption for Tax Exempt Charity under medical and healthcare payments 501(a) (includes 501(c)(3)), or or payments for legal services. IRA 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 Contact Person Contact Phone # Contact Fax # AND circle your qualifying exemption reason below: 3. The United States or any 4. A state, the District of of its agencies or Columbia, a possession of instrumentalities the United States, or any of their political subdivisions. 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 5. A foreign government or any of its political subdivisions. 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: Address: Title of Person completing this form: Signature: Date: Phone: ( ) City: State: ZIP: Address:

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 agency along with this application. To determine your Federal Size Standard, please access the U.S. Small Business Administration s website: or go to the SBA s to look up your North American Industry Classification Systems (NAICS) Code and the qualifying number of employee s or annual dollar 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: 31

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 ) Print Name and Title Authorized Signature Date 32

33 4202 E Fowler Ave AOC 200 Tampa, FL Phone: (813) 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. ADDRESS THIS FORM TO: PURCHASING AND PROPERTY SERVICES ATTENTION: Michael Anthony Hernandez mahernandez@admin.usf.edu A MAP OF THE PURCHASING & PROPERTY SERVICES BUIDLING CAN BE FOUND AT THE PURCHASING & PROPERTY SERVICES WEBSITE, AT THE BOTTOM OF THE PAGE: AND ON PAGES 36&37 OF THIS ITN 33

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. 34

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 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 Commissioned Name of Notary Public Printed, typed or stamped Name of Affiant 35

36 36

37 37

INVITATION TO BID. AUDIO VISUAL EQUIPMENT for USFSP ITB# STP UNIVERSITY OF SOUTH FLORIDA

INVITATION TO BID. AUDIO VISUAL EQUIPMENT for USFSP ITB# STP UNIVERSITY OF SOUTH FLORIDA INVITATION TO BID AUDIO VISUAL EQUIPMENT for USFSP ITB# 17-02-STP UNIVERSITY OF SOUTH FLORIDA The University of South Florida is requesting proposals from qualified firms interested in the University of

More information

INVITATION TO NEGOTIATE ONLINE PROCTORING SERVICES ITN# MH UNIVERSITY OF SOUTH FLORIDA

INVITATION TO NEGOTIATE ONLINE PROCTORING SERVICES ITN# MH UNIVERSITY OF SOUTH FLORIDA INVITATION TO NEGOTIATE ONLINE PROCTORING SERVICES ITN# 15-23-MH UNIVERSITY OF SOUTH FLORIDA The University of South Florida is requesting proposals from qualified firms interested in the University of

More information

INVITATION TO BID HAZARDOUS WASTE DISPOSAL SERVICES ITB# MH UNIVERSITY OF SOUTH FLORIDA

INVITATION TO BID HAZARDOUS WASTE DISPOSAL SERVICES ITB# MH UNIVERSITY OF SOUTH FLORIDA INVITATION TO BID HAZARDOUS WASTE DISPOSAL SERVICES ITB# 13-01-MH UNIVERSITY OF SOUTH FLORIDA The University of South Florida is requesting proposals from qualified firms interested in the University of

More information

INVITATION TO NEGOTIATE. Copiers, Printers and Multi-Functional Printers ITN# 9-13-G UNIVERSITY OF SOUTH FLORIDA

INVITATION TO NEGOTIATE. Copiers, Printers and Multi-Functional Printers ITN# 9-13-G UNIVERSITY OF SOUTH FLORIDA INVITATION TO NEGOTIATE ITN# 9-13-G UNIVERSITY OF SOUTH FLORIDA The University of South Florida is requesting proposals from qualified firms interested in the University of South Florida Invitation to

More information

INVITATION TO NEGOTIATE CABLE TV & IPTV SERVICES FOR USF ITN# MH UNIVERSITY OF SOUTH FLORIDA

INVITATION TO NEGOTIATE CABLE TV & IPTV SERVICES FOR USF ITN# MH UNIVERSITY OF SOUTH FLORIDA INVITATION TO NEGOTIATE CABLE TV & IPTV SERVICES FOR USF ITN# 15-18-MH UNIVERSITY OF SOUTH FLORIDA The University of South Florida is requesting proposals from qualified firms interested in the University

More information

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT)

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT) FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT) MAIL BIDS TO: FLORIDA KEYS AQUEDUCT AUTHORITY 7000 Front St. (Stock Island) KEY WEST, FLORIDA 33040 (No

More information

INVITATION TO BID. Interior Painting Andros 1 (2012) ITB# MH UNIVERSITY OF SOUTH FLORIDA

INVITATION TO BID. Interior Painting Andros 1 (2012) ITB# MH UNIVERSITY OF SOUTH FLORIDA INVITATION TO BID ITB# 12-29-MH UNIVERSITY OF SOUTH FLORIDA The University of South Florida is requesting proposals from qualified firms interested in the University of South Florida Invitation to Bid

More information

INVITATION TO BID UNIVERSITY OF SOUTH FLORIDA AUTHORIZED SIGNATURE (MANUAL) AUTHORIZED SIGNATURE (TYPED) TITLE. Page 1 of 49 Pages BID NO.

INVITATION TO BID UNIVERSITY OF SOUTH FLORIDA AUTHORIZED SIGNATURE (MANUAL) AUTHORIZED SIGNATURE (TYPED) TITLE. Page 1 of 49 Pages BID NO. SUBMIT BID TO: UNIVERSITY OF SOUTH FLORIDA PURCHASING 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

More information

INVITATION TO BID. Bulk Fuel Delivery (PATS) ITB# YH UNIVERSITY OF SOUTH FLORIDA

INVITATION TO BID. Bulk Fuel Delivery (PATS) ITB# YH UNIVERSITY OF SOUTH FLORIDA INVITATION TO BID Bulk Fuel Delivery (PATS) ITB# 18-12-YH UNIVERSITY OF SOUTH FLORIDA The University of South Florida is requesting proposals from qualified firms interested in the University of South

More information

INVITATION TO BID UNIVERSITY OF SOUTH FLORIDA

INVITATION TO BID UNIVERSITY OF SOUTH FLORIDA SUBMIT BID TO: UNIVERSITY OF SOUTH FLORIDA PURCHASING AND PROPERTY SERVICES 4202 E FOWLER AVENUE AOC-200 TAMPA, FL 33620-9000 Telephone Number: (813) 974-2481 Web Address: usfweb2.usf.edu/purchasing/purch2.htm

More information

January 28, 2015 BID TITLE: ENB & CPR FIRE ALARM RENOVATION DELIVERY DATE WILL BE DAYS after receipt of Purchase Order WEB ADDRESS:

January 28, 2015 BID TITLE: ENB & CPR FIRE ALARM RENOVATION DELIVERY DATE WILL BE DAYS after receipt of Purchase Order WEB ADDRESS: SUBMIT BID TO: UNIVERSITY OF SOUTH FLORIDA 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

More information

UNIVERSITY OF SOUTH FLORIDA INVITATION TO BID Form. BIDS WILL BE OPENED Wednesday, May 23, 2018 at 3PM BID NO YH. Control Systems Replacement

UNIVERSITY OF SOUTH FLORIDA INVITATION TO BID Form. BIDS WILL BE OPENED Wednesday, May 23, 2018 at 3PM BID NO YH. Control Systems Replacement SUBMIT BID TO: UNIVERSITY OF SOUTH FLORIDA PROCUREMENT SERVICES 4202 E FOWLER AVENUE AOC-200 TAMPA, FL 33620-9000 Telephone Number: (813) 974-2481 Web Address: usfweb2.usf.edu/purchasing/purch2.htm UNIVERSITY

More information

Competitive Solicitation Required Documents Checklist

Competitive Solicitation Required Documents Checklist Florida International University Purchasing Services University Park CSC 410 Miami, Florida 33199 (305) 348-2161 (305) 348-3600 Fax http://finance.fiu.edu/purchasing/ Competitive Solicitation Required

More information

INVITATION TO Bid. MHC Vivarium Roof Replacement ITB# YH UNIVERSITY OF SOUTH FLORIDA

INVITATION TO Bid. MHC Vivarium Roof Replacement ITB# YH UNIVERSITY OF SOUTH FLORIDA INVITATION TO Bid MHC Vivarium Roof Replacement ITB# 17-25-YH UNIVERSITY OF SOUTH FLORIDA The University of South Florida is requesting proposals from qualified firms interested in the University of South

More information

RFP GENERAL TERMS AND CONDITIONS

RFP GENERAL TERMS AND CONDITIONS RFP GENERAL TERMS AND CONDITIONS PUBLIC RECORD After an award is made, copies of the proposals will be available for public inspection, under the supervision of the City's Finance Department from 8:00

More information

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

NOTICE TO BIDDERS CUSTODIAL SUPPLIES Purchasing Department Jennifer Pajerski, Purchasing Agent Old Jail 183 Main Street Cooperstown, New York 13326-1129 Phone: (607) 547-4389 Fax: (607) 547-6496 email:pajerskij@otsegocounty.com NOTICE TO

More information

7/14/16. Hendry County Purchase Order Terms and Conditions

7/14/16. Hendry County Purchase Order Terms and Conditions Hendry County Purchase Order Terms and Conditions 1. Offer The order set forth in the Purchase Order is subject to cancellation by HENDRY COUNTY without notice if not accepted by VENDOR within fourteen

More information

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation *** Invitation to Submit a Bid Proposal for Taylorsville Elementary School s LED Full HD Interactive Multi-Touch Flat Panel Display for 55 (Fifty-five) Units*** The Spencer County Board of Education is

More information

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring City of Montrose Purchasing Division 433 South First Street PO Box 790 Montrose, CO 81402 REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring Issue Date: Monday September 15, 2014 Bid

More information

INVITATION TO BID Acknowledgement Form Construction Project

INVITATION TO BID Acknowledgement Form Construction Project Page 1 of 13 Pages MAILING DATE April 25, 2018 SUBMIT BIDS TO: PROCUREMENT SERVICES Hicks Hall, Suite 2950, 1 UNF Drive Jacksonville, FL 32224-2645 Phone: 904-620-2730 Fax: 904-620-2462 http://www.unf.edu/procurement/

More information

REQUEST FOR PROPOSAL RFP #14-03

REQUEST FOR PROPOSAL RFP #14-03 Payroll Collection Agency Services District Page 1 of 15 REQUEST FOR PROPOSAL RFP #14-03 PAYROLL COLLECTION AGENCY SERVICES - DISTRICT SAN DIEGO COMMUNITY COLLEGE DISTRICT 3375 CAMINO DEL RIO SOUTH, ROOM

More information

INSTRUCTION FOR COMPLETING COMPETITIVE SOLICITATION ACKNOWLEDGEMENT FORMS

INSTRUCTION FOR COMPLETING COMPETITIVE SOLICITATION ACKNOWLEDGEMENT FORMS INSTRUCTION FOR COMPLETING COMPETITIVE SOLICITATION ACKNOWLEDGEMENT FORMS The Competitive Solicitation Acknowledgement Form must be completely filled in. This may be done on line then printed or you may

More information

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018 County of Gillespie Bid Package for GRAVEL Bid No. 2019.05 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830) 997-6777 Gillespie

More information

MONDAY, SEPTEMBER 20, 3:00 PM

MONDAY, SEPTEMBER 20, 3:00 PM BID NUMBER UNIVERSITY MAILING DATE FAC84-10 TUESDAY, SEPTEMBER 7, 2010 BID TITLE UNIFORMS FOR FACILITIES DEPARTMENT BIDS WILL BE OPENED AT and may not be withdrawn within 45 days after such date and time.

More information

INTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS

INTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS INTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS Except as otherwise provided on the face of this Purchase Order or Supply Contract (the Order ) which is attached hereto, the parties agree

More information

COUNTY OF COLE JEFFERSON CITY, MISSOURI

COUNTY OF COLE JEFFERSON CITY, MISSOURI COUNTY OF COLE JEFFERSON CITY, MISSOURI REQUEST FOR BID 2018-33: PROPANE PROVISION & SERVICES SUBMISSIONS SHALL BE ACCEPTED UNTIL THURSDAY, AUGUST 23 at 3:30 p.m. Central AND RECEIVED AT: COLE COUNTY COMMISSION

More information

Bids must be received in the Purchasing Office by 3:00 p.m. on 11/22/16.

Bids must be received in the Purchasing Office by 3:00 p.m. on 11/22/16. Tennessee Technological University Date: 10/25/2016 Purchasing Office Contact: Emily Vaughn P. O. Box 5144, 1 William L. Jones Dr., Ste. 301 Phone: 931-372-3566 Cookeville, TN 38505-0001 Email: evaughn@tntech.edu

More information

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS 61401 309-343-6118 f 309-343-4877 INVITATION FOR BIDS For the complete removal and replacement of existing semi-flat portion boiler room

More information

BIDS WILL BE OPENED: NOVEMBER 15, 2:00 P.M. and may not be withdrawn within 90 days after such date and time.

BIDS WILL BE OPENED: NOVEMBER 15, 2:00 P.M. and may not be withdrawn within 90 days after such date and time. SALE OF PROPERTY INVITATION TO BID Bidder Acknowledgment Form ADAM H. PUTNAM COMMISSIONER BID SALE NO.: SOP/FFS-13/14-03 REBID Agency Mailing Date: October 11, 2013 Page 1 of 11 Pages SUBMIT BIDS TO: Reason

More information

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone: Authorized Signature:

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone:   Authorized Signature: SUBMISSION INFORMATION Kenton County Fiscal Court P.O. Box 792 303 Court Street, Room 207 Covington, Kentucky 41012-0792 BID/PROPOSAL Street Expansion Joint / Driveway Joint repair due to Street Creep

More information

(a) Master Agreement issued by Company and executed between the parties. (b) The terms of the Supplier Agreement issued by Company

(a) Master Agreement issued by Company and executed between the parties. (b) The terms of the Supplier Agreement issued by Company This Purchase Order is between Anthem, Inc., on behalf of itself and its affiliates (individually and collectively, "Anthem"), and Supplier. The parties agree as follows: 1. Deliverables and Price. All

More information

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018 County of Gillespie Bid Package for FUEL - BOBTAIL DELIVERY Bid No. 2019.01 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624

More information

INVITATION TO NEGOTIATE. Audio Visual Equipment Install for USF St. Petersburg ITN# STP UNIVERSITY OF SOUTH FLORIDA

INVITATION TO NEGOTIATE. Audio Visual Equipment Install for USF St. Petersburg ITN# STP UNIVERSITY OF SOUTH FLORIDA INVITATION TO NEGOTIATE Audio Visual Equipment Install for USF St. Petersburg ITN# 16-02-STP UNIVERSITY OF SOUTH FLORIDA The University of South Florida is requesting proposals from qualified firms interested

More information

NORTH CAROLINA GENERAL CONTRACT TERMS AND CONDITIONS

NORTH CAROLINA GENERAL CONTRACT TERMS AND CONDITIONS NORTH CAROLINA GENERAL CONTRACT TERMS AND CONDITIONS 1. PERFORMANCE AND DEFAULT: If, through any cause, Vendor shall fail to fulfill in timely and proper manner the obligations under this contract, the

More information

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX 20500 EL PASO, TEXAS 79998-0500 GENERAL CONDITIONS OF CONTRACT All Offerors must agree to the conditions as stated without alterations. Proposed

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS All University of Alabama Solicitations are made upon and subject to the following conditions, if applicable, unless otherwise noted in the Solicitation: 1.0 Definitions 1.1 The

More information

DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM

DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM PALM BEACH COUNTY DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM NOTICE TO GENERAL CONTRACTORS Sealed bids will be received until 3:00 P.M on May 2, 2019,

More information

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019 Request for Proposal Internet Access Peach Public Libraries E-Rate Funding Year 2018 July 1, 2018 - June 30, 2019 FY2018 Form 471 Window The FCC Form 471 must be certified on or before March 22, 2018 at

More information

INVITATION TO NEGOTIATE HIGH PERFORMANCE COMPUTING EQUIPMENT 2018 ITN# MH UNIVERSITY OF SOUTH FLORIDA

INVITATION TO NEGOTIATE HIGH PERFORMANCE COMPUTING EQUIPMENT 2018 ITN# MH UNIVERSITY OF SOUTH FLORIDA INVITATION TO NEGOTIATE HIGH PERFORMANCE COMPUTING EQUIPMENT 2018 ITN# 18-22-MH UNIVERSITY OF SOUTH FLORIDA The University of South Florida is requesting proposals from qualified firms interested in the

More information

For the purchase of indirect products and services by Cummins Inc., its subsidiaries, and affiliates

For the purchase of indirect products and services by Cummins Inc., its subsidiaries, and affiliates PURCHASE ORDER TERMS AND CONDITIONS For the purchase of indirect products and services by Cummins Inc., its subsidiaries, and affiliates 1. GENERAL 1.1 As used in this document, the term Purchase Order

More information

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006 FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006 1. CONTRACT. Fatigue Technology Inc. s, hereinafter called FTI, purchase order, or change order to a purchase order, collectively

More information

CITY OF OCALA Purchasing Department 2100 NE 30 th Avenue Building E, Gate 4 Ocala, Florida Phone: (352) Fax (352)

CITY OF OCALA Purchasing Department 2100 NE 30 th Avenue Building E, Gate 4 Ocala, Florida Phone: (352) Fax (352) CITY OF OCALA Purchasing Department 2100 NE 30 th Avenue Building E, Gate 4 Ocala, Florida 34470 Phone: (352) 351-6700 Fax (352)351-6710 INVITATION TO BID ITB 08-053 June 11, 2008 Sealed bids will be received

More information

Tire Disposal. Lincoln County Solid Waste. RFP # Tire Disposal

Tire Disposal. Lincoln County Solid Waste. RFP # Tire Disposal Tire Disposal Lincoln County Solid Waste RFP #2015-0709 Tire Disposal 1. Introduction 1.1. Lincoln County Solid Waste is seeking proposals from qualified Contractors interested in providing a minimum of

More information

ADVERTISEMENT FOR BIDS. Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401

ADVERTISEMENT FOR BIDS. Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401 ADVERTISEMENT FOR BIDS Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401 S. Greene Street, Greenville, North Carolina 27834 until 3:00 PM (EDST) on February 12,

More information

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed INVITATION TO BID Sealed bids will be received by the Kent County Road Commission, 1500 Scribner Avenue NW, Grand Rapids, Michigan 49504 until Thursday, November 29, 2018, 8:30 AM deadline, at which time

More information

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID The City of Fernandina Beach, Florida is accepting competitive sealed bids for 2500 PSI & 3000 PSI CONCRETE The City will receive sealed bids at the

More information

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018 County of Gillespie Bid Package for COLD MIX LAY ASPHALT Bid No. 2019.03 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830)

More information

PURCHASING OFFICE 2010 N. 59 TH STREET ROOM 370 \ KANSAS CITY, KS WEB SITE:

PURCHASING OFFICE 2010 N. 59 TH STREET ROOM 370 \ KANSAS CITY, KS WEB SITE: KANSAS CITY KANSAS PUBLIC SCHOOLS / USD 500 PURCHASING OFFICE 2010 N. 59 TH STREET ROOM 370 \ KANSAS CITY, KS 66104 WEB SITE: WWW.KCKPS.ORG/PURCHASING PORCELAIN WHITEBOARDS WITH ALUMINUM FRAMES BID NO:

More information

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time)

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time) ADDENDUM No. 1 ITB No. 4501 LED Video Wall Due: May 25, 2017 at 10:00 A.M. (Local Time) The following changes, additions, and/or deletions shall be made to the Invitation to Bid for LED Video Wall, ITB

More information

Union College Schenectady, NY General Purchasing Terms & Conditions

Union College Schenectady, NY General Purchasing Terms & Conditions Union College Schenectady, NY 12308 General Purchasing Terms & Conditions 1. DEFINITIONS. a. UNION COLLEGE represents the Trustees of Union College, is the purchaser of goods specified in the Purchase

More information

BOARD OF EDUCATION DEPEW UNION FREE SCHOOL DISTRICT COUNTY OF ERIE STATE OF NEW YORK LEGAL NOTICE REQUEST FOR BID PROPOSALS

BOARD OF EDUCATION DEPEW UNION FREE SCHOOL DISTRICT COUNTY OF ERIE STATE OF NEW YORK LEGAL NOTICE REQUEST FOR BID PROPOSALS BOARD OF EDUCATION 1 COUNTY OF ERIE STATE OF NEW YORK LEGAL NOTICE REQUEST FOR BID PROPOSALS The Board of Education of the Depew Union Free School District hereby invites the submission of sealed bids

More information

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone: Authorized Signature:

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone:   Authorized Signature: SUBMISSION INFORMATION Kenton County Fiscal Court P.O. Box 792 303 Court Street, Room 207 Covington, Kentucky 41012-0792 BID/PROPOSAL Communications Tower BID OPENING DATE: August 25, 2014 TIME: 2:00 P.M.

More information

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017. Request for Proposals RFP2M17-9 Labor Compliance Services for the 2017 HUD Sidewalk and ADA Ramp Project, Phase II and 2017 HUD Street Improvement Project GENERAL INFORMATION Award of contract by the City

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS 11/21/2011 HENNEPIN COUNTY PURCHASING INSTRUCTIONS TO BIDDERS TABLE OF CONTENTS 1. DEFINITIONS...1 2. BIDDER'S PREBID DOCUMENT REVIEW...2 2.1. Availability of Documents 2 2.2. Interpretation or Correction

More information

a. Article(s) Goods and/or services described on the face of the Purchase Order

a. Article(s) Goods and/or services described on the face of the Purchase Order TERMS AND CONDITIONS LIBERTY MUTUAL STANDARD TERMS AND CONDITIONS V. 5.0 1. DEFINITIONS a. Article(s) Goods and/or services described on the face of the Purchase Order b. Customer Liberty Mutual Insurance

More information

City of Anaheim. Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services. December 5, Pre-bid Conference: None

City of Anaheim. Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services. December 5, Pre-bid Conference: None City of Anaheim Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services December 5, 2013 Pre-bid Conference: None Bid Due Date: December 19, 2013 2:00 PM, Pacific Standard Time Submit bid

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS Jefferson County School District No. R-1, State of Colorado, hereinafter called the "Owner", has advertised for bids to be submitted for the construction work specified in the advertisement.

More information

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ#

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ# REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ# 2018-19 Issued By: Baker County Board of County Commissioners 55 North 3 rd Street

More information

TYLER INDEPENDENT SCHOOL DISTRICT PURCHASE ORDER TERMS AND CONDITIONS

TYLER INDEPENDENT SCHOOL DISTRICT PURCHASE ORDER TERMS AND CONDITIONS TYLER INDEPENDENT SCHOOL DISTRICT PURCHASE ORDER TERMS AND CONDITIONS 1. ACCEPTANCE This Purchase Order ( PO ) constitutes a binding contract between the Vendor and Tyler Independent School District (

More information

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018 County of Gillespie Bid Package for CONCRETE Bid No. 2019.04 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830) 997-6777

More information

CITY OF TITUSVILLE, FLORIDA

CITY OF TITUSVILLE, FLORIDA CITY OF TITUSVILLE, FLORIDA INVITATION FOR PRICE QUOTE #12-PQ-102 Replace Wemco Grit Pump Due Date: June 12, 2012 @ 4:00 PM BIDDER INFORMATION Company Name Address City/Zip/State Contact Person Phone Number

More information

Payment to City per gross ton (2,240 lbs.) of scrap metal delivered by City forces to vendor s local area facility.

Payment to City per gross ton (2,240 lbs.) of scrap metal delivered by City forces to vendor s local area facility. Form Pur. 1 REQUEST FOR QUOTATION Bid No. 3355 Bid No. 3355 BIDS TO BE SUBMITTED TO: DEPARTMENT OF PURCHASES Issued: _5/8/2007 Date Submitted 27 WEST MAIN STREET, ROOM 401 NEW BRITAIN, CT 06051 Delivery:

More information

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER NOTICE OF RFP BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER Sealed proposals will be received by the Borough Clerk for the Borough QPA

More information

Natural Disaster Pre-Event Contract for District 4, District-wide Emergency Transportation and Evacuation by Buses

Natural Disaster Pre-Event Contract for District 4, District-wide Emergency Transportation and Evacuation by Buses State of Florida Department of Transportation District 4 Office of Procurement 3400 West Commercial Boulevard Ft. Lauderdale, Florida 33309-3421 INVITATION TO BID REGISTRATION ******************************************************************************

More information

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows:

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows: The following Terms and Conditions are MANDATORY and shall be incorporated verbatim in any contract award: 1. APPLICABLE LAWS AND COURTS: This solicitation and any contract resulting from this solicitation

More information

Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone: Remit Address:

Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone:   Remit Address: Riverton City Purchasing 12830 South 1700 West * Riverton, Utah 84065 REQUEST FOR QUOTATION Quotation No.: CC16094 BEFORE REPLYING TO THIS QUOTATION PLEASE READ THE INSTRUCTIONS AND GENERAL PROVISIONS

More information

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit CITY OF BRENHAM, TEXAS Invitation for Bid Purchase and Installation of Forty (40) Ton Air Conditioning Unit IFB Number: 15-002 Response Deadline: 2:00 P.M. (CST) Tuesday, January 6, 2015 Responses will

More information

FIXTURING/INSTALLATION AGREEMENT

FIXTURING/INSTALLATION AGREEMENT Dept Index Contract No. Requisition No. FIXTURING/INSTALLATION AGREEMENT This FIXTURING/INSTALLATION AGREEMENT by and between THE UNIVERSITY OF NORTH FLORIDA BOARD OF TRUSTEES, a public body corporate

More information

Request for Proposal. RFP # Towing Services Inoperable Vehicles

Request for Proposal. RFP # Towing Services Inoperable Vehicles County of Prince George FINANCE DEPARTMENT P.O. BOX 68 6602 Courts Drive PRINCE GEORGE, Virginia 23875 (804) 722-8710 Fax (804) 732-1966 Request for Proposal RFP # 17-0601-1 This procurement is governed

More information

MANDATORY GENERAL TERMS AND CONDITIONS:

MANDATORY GENERAL TERMS AND CONDITIONS: MANDATORY GENERAL TERMS AND CONDITIONS: A. PURCHASING MANUAL: This solicitation is subject to the provisions of the College s Purchasing Manual for Institutions of Higher Education and their Vendors and

More information

SUU Contract for Workshops and Entertainment

SUU Contract for Workshops and Entertainment SUU Contract for Workshops and Entertainment 1. PARTIES: This contract is between Southern Utah University, an institution of higher education of the State of Utah located at 351 West University Boulevard,

More information

INVITATION TO BID Acknowledgement Form Construction Project

INVITATION TO BID Acknowledgement Form Construction Project Page 1 of 12 Pages MAILING DATE February 19, 2015 SUBMIT BIDS TO: PROCUREMENT SERVICES Hicks Hall, Suite 2950, 1 UNF Drive Jacksonville, FL 32224-2645 Phone: 904-620-2730 Fax: 904-620-2462 http://www.unf.edu/procurement/

More information

JEFFERSON PARISH SHERIFF S OFFICE INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS PUBLIC WORKS/CONSTRUCTION PROJECTS

JEFFERSON PARISH SHERIFF S OFFICE INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS PUBLIC WORKS/CONSTRUCTION PROJECTS JEFFERSON PARISH SHERIFF S OFFICE INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS PUBLIC WORKS/CONSTRUCTION PROJECTS Sealed bids will be received in the Jefferson Parish Sheriff s Purchasing Department,

More information

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas INVITATION TO SEALED BID 16-89 Sealed Bids will be received by the Office of the City Purchasing Manager for the City of Hutchinson prior to 10:00 A.M., Tuesday, February 2, 2016. Request For Formal Bid

More information

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER REQUEST FOR PROPOSAL SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER 12-001 1. BACKGROUND INFORMATION: COWLEY COUNTY, KANSAS SCOPE OF SERVICES Cowley County, a municipal corporation existing under

More information

REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO:

REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO: REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO: Common Ground HDFC II Lee/Pitt Street LP Attn: Brian Ferrier 505 Eighth Avenue 15th Floor New York, NY 10018 DUE DATE: Friday, April

More information

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302) Sealed proposals for:, Bid #17SA-319 Interested parties must submit a priced proposal, in writing with one (1) original and three (3) copies to the,,, New Castle, DE 19720 (302/395-5250) by 2:00 p.m. Wednesday,

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1. BIDDER'S PLEDGE AND AGREEMENT Each Bidder acknowledges that this is a public project involving public funds, and that the Owner expects and requires that each successful Bidder

More information

Invitation to Bid BOE. Diesel Exhaust Fluid

Invitation to Bid BOE. Diesel Exhaust Fluid Invitation to Bid 20170811-02-BOE Diesel Exhaust Fluid Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport Road, Gallatin, TN

More information

INVITATION FOR BID B Purchasing Department 3221 McKelvey Rd Bridgeton, MO SPECIFICATIONS FOR. Trailer Graphic Wrap

INVITATION FOR BID B Purchasing Department 3221 McKelvey Rd Bridgeton, MO SPECIFICATIONS FOR. Trailer Graphic Wrap INVITATION FOR BID B0003736 Purchasing Department 3221 McKelvey Rd Bridgeton, MO 63044 SPECIFICATIONS FOR Trailer Graphic Wrap FOR ADDITIONAL INFORMATION, CONTACT: KeJuan Torrence, Buyer Phone: (314) 539

More information

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85.

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85. Town of Manchester, Connecticut General Services Department Request for Proposals for Fingerprinting Services 17/18-85 Proposals Due: May 29, 2018 @ 4:00 P.M. General Services Department 494 Main St. Manchester,

More information

Invitation To Bid. for

Invitation To Bid. for Charter Township of Canton Invitation To Bid for COLOR COPIER Contact: Michael Siegrist Phone: 734 394-5120 E-mail: michael.siegrist@canton-mi.org Date Issued: 10/4/2018 Due Date & Time: 3:00 p.m., Thursday,

More information

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #09-04 MOLE CRICKET BAIT PRODUCT, DELIVERY AND APPLICATION

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #09-04 MOLE CRICKET BAIT PRODUCT, DELIVERY AND APPLICATION CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #09-04 MOLE CRICKET BAIT PRODUCT, DELIVERY AND APPLICATION INTRODUCTON The City of Fernandina Beach, Florida, is accepting sealed bids at the location

More information

RFP NO: REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493

RFP NO: REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493 RFP NO: 2017-03 REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493 Advertisement for Request for Proposals CITY OF SOUTH BAY RFP NO: 2017-03

More information

SOLICITATION FOR CONTINUING SERVICES CS PLUMBING SUPPLIES

SOLICITATION FOR CONTINUING SERVICES CS PLUMBING SUPPLIES SOLICITATION FOR CONTINUING SERVICES CS 19-601 PLUMBING SUPPLIES INTRODUCTION Polk County, a political subdivision of the State of Florida, seeks the submittal of information from vendors interested in

More information

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES Introduction and Preface The Laredo Housing Facilities Corporation (LHFC), a subsidiary of the Laredo Housing Authority (LHA), will receive sealed proposals

More information

FLORIDA STATE FAIR AUTHORITY INVITATION TO BID CONTRACTUAL SERVICES

FLORIDA STATE FAIR AUTHORITY INVITATION TO BID CONTRACTUAL SERVICES SUBMIT BID TO: Florida State Fair Authority 4800 Hwy 301 North / P.O. Box 11766 Tampa, Fl. 33610 Tampa, Fl. 33680 (Orient Road Entrance) Attn: Phyllis J. Bridges Telephone Number: 813-621-7821 E-mail:

More information

Request For Proposal (RFP) for

Request For Proposal (RFP) for Charter Township of Canton Request For Proposal (RFP) for DIGITAL MEDIA AND AUDIO VISUAL SERVICES Contact: Dave Harris Phone: 734 394-5274 E-mail: dave.harris@canton-mi.org Date Issued: 5/24/2018 Due Date

More information

INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD.

INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD. SPECIFICATIONS AND BID FORMS FOR INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT 06883 BID: #16-007- BOE Due on

More information

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL DATE: OCTOBER 26, 2018 REQUEST FOR SEALED BID PROPOSAL CITY OF SAGINAW- PURCHASING OFFICE RM #105, CITY HALL PAGE 1 of 10 1315 S. WASHINGTON AVENUE SAGINAW, MICHIGAN 48601 (989) 759-1483 BIDS DUE: NOVEMBER

More information

INVITATION FOR BID B Purchasing Department 3221 McKelvey Road Bridgeton, MO SPECIFICATIONS FOR WINDOW TREATMENTS

INVITATION FOR BID B Purchasing Department 3221 McKelvey Road Bridgeton, MO SPECIFICATIONS FOR WINDOW TREATMENTS INVITATION FOR BID B0003792 Purchasing Department 3221 McKelvey Road Bridgeton, MO 63044 SPECIFICATIONS FOR WINDOW TREATMENTS FOR ADDITIONAL INFORMATION, CONTACT: Cynthia Green, Assistant Controller Phone:

More information

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services City of Portsmouth Portsmouth, New Hampshire Department of Public Works Plumbing and Heating Repair Services INVITATION TO BID Sealed bid proposals, plainly marked, (Plumbing and heating Repair Services

More information

FLORIDA STATE FAIR AUTHORITY INVITATION TO BID CONTRACTUAL SERVICES

FLORIDA STATE FAIR AUTHORITY INVITATION TO BID CONTRACTUAL SERVICES SUBMIT BID TO: Florida State Fair Authority 4800 Hwy 301 North / P.O. Box 11766 Tampa, Fl. 33610 Tampa, Fl. 33680 (Orient Road Entrance) Attn: Phyllis J. Bridges Telephone Number: 813-621-7821 E-mail:

More information

Request for Proposal Public Warning Siren System April 8, 2014

Request for Proposal Public Warning Siren System April 8, 2014 Request for Proposal Public Warning Siren System April 8, 2014 THE CITY OF MARTINSVILLE wishes to extend an invitation to all qualified contractors to submit a proposal/s for providing a complete siren

More information

INDEPENDENT CONTRACTOR AGREEMENT

INDEPENDENT CONTRACTOR AGREEMENT INDEPENDENT CONTRACTOR AGREEMENT This agreement is entered into as of, 2004, by and between Rensselaer Polytechnic Institute (hereinafter called Rensselaer"), a non-profit educational institution with

More information

INVITATION TO BID Acknowledgement Form Commodities/Contractual Services ITB 19-09

INVITATION TO BID Acknowledgement Form Commodities/Contractual Services ITB 19-09 Page 1 of 13 Pages MAILING DATE January 24, 2019 SUBMIT BIDS TO: PROCUREMENT SERVICES 4892 First Coast Tech Parkway, Hicks Hall, Suite 2950, Jacksonville, FL 32224-2645 Phone: 904-620-2730 http://www.unf.edu/procurement/

More information

6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers)

6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers) E-RATE YEAR 15 (2012/2013) RFP 6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers) Anderson Union School District Anderson Union High School District (AUHSD) is seeking proposals for the upcoming Year

More information

NUTANIX 1450 SERVER AND SUPPORT

NUTANIX 1450 SERVER AND SUPPORT INVITATION FOR BIDS (IFB) 5-3147 NUTANIX 1450 SERVER AND SUPPORT ORANGE COUNTY TRANSPORTATION AUTHORITY 550 South Main Street P.O. Box 14184 Orange, CA 92863-1584 (714) 560-6282 Key IFB Dates Issue Date:

More information

PLEASANTVILLE HOUSING AUTHORITY

PLEASANTVILLE HOUSING AUTHORITY PLEASANTVILLE HOUSING AUTHORITY REQUEST FOR PROPOSALS/QUOTES - PROFESSIONAL SERVICES FEE ACCOUNTANT SUBMISSION DATE: Insert Date PUBLIC NOTICE FOR REQUEST FOR PROPOSALS/QOUTE - PROFESSIONAL SERVICE CONTRACT

More information

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION OVERVIEW The City of Covington is soliciting proposals for the reduction of Hurricane Isaac vegetative

More information