INVITATION TO NEGOTIATE
OUTSIDE PLANT (COMMUNICATIONS)
ITN# 13-27-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 Negotiation for Outside Plant (Communications) as further specified herein.
If you are interested in submitting a proposal, please note that the proposal needs to be submitted no later than 3:00
p.m., July 09, 2013. Any questions concerning this Invitation to Negotiate should be directed to Mike Hernandez,
Purchasing Administrator, Purchasing Services: [email protected] .
University of South Florida
Purchasing Services
4202 E. Fowler Avenue AOC 200
Tampa, Florida 33620-9000
usfweb.usf.edu/purchasing/purch2.htm
SUBMIT PROPOSAL TO: UNIVERSITY OF SOUTH FLORIDA
PURCHASING SERVICES 4202 E FOWLER AVENUE AOC-200
TAMPA, FL 33620-9000 Telephone Number: Area Code 813 974-2481
Web Address: usfweb.usf.edu/purchasing/purch2.htm
INVITATION TO NEGOTIATE
Page 2 of 63
pages
ITN WILL BE OPENED 3:00 P.M July 09, 2013 and may not be withdrawn within 120 days after such date and time.
ITN NO: 13-27-MH
ISSUING DATE: June 05, 2013
ITN TITLE Outside Plant (Communications)
FEID NUMBER OR S.S. NUMBER Delivery will be Days ARO
Cash Discount Terms
VENDOR NAME REASON FOR NOT SUBMITTING PROPOSAL ______________________________________________________________ CERTIFIED OR CASHIER'S CHECK IS ATTACHED, WHEN REQUIRED, IN THE AMOUNT OF $
VENDOR MAILING ADDRESS
CITY-STATE-ZIP
WEB ADDRESS: _______________________________________________
POSTING OF PROPOSAL TABULATIONS Proposal tabulations with recommended awards will be posted for review by interested parties at the location where proposals were opened and will remain posted for a period of 72 hours. Failure to file a protest within the time prescribed in Section 120.53(5), Florida Statutes, shall constitute a waiver of proceedings under Chapter 120, Florida Statutes.
AREA CODE TELEPHONE NUMBER
TOLL-FREE NUMBER
I certify that this ITN proposal is made without prior understanding, agreement, or connection with any corporation firm, or person submitting a proposal for the same materials, supplies or equipment, and is in all respects fair and without collusion or fraud. I agree to abide by all conditions of this ITN proposal and certify that I am authorized to sign this ITN proposal for the vendor and that the vendor is in compliance with all requirements of the Invitation To Negotiate, including but not limited to, certification requirements. In submitting a proposal to the University of South Florida Board of Trustees, a public body corporate, herein after known as the University, the vendor offers and agrees that if the ITN proposal 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 * now or hereafter acquire under the Anti-trust laws of the United States and the University for price fixing relating to the particular commodities or services purchased or acquired by the University. At the University’s discretion, such assignment shall be made and become effective at the time the purchasing agency tenders final payment to the vendor.
______________________________________________________________________________
AUTHORIZED SIGNATURE (MANUAL) ______________________________________________________________________________
AUTHORIZED SIGNATURE (TYPED) TITLE
E-MAIL ADDRESS: _____________________________________________________________
GENERAL CONDITIONS:
SEALED PROPOSALS: All proposal sheets and this acknowledgement form must be executed and submitted in a sealed envelope. (DO NOT INCLUDE MORE THAN ONE PROPOSAL PER
ENVELOPE.) The face of the envelope shall contain, in addition to the above address, the date and time of the proposal opening and the proposal number. Proposal prices not submitted as instructed shall be rejected. All proposals are subject to the conditions specified herein. ITN responses, which do not comply with specified conditions, may be rejected.
1.
2.
3.
4.
(a)
(b)
(c)
(d)
EXECUTION OF ITN: ITN proposal must contain an original manual signature of authorized representative in the space provided above. ITN proposal must be typed or printed in ink. Use of erasable ink is not permitted. All corrections made by vendor to his ITN price must be initialed. The company name and E.I.N. number or social security number shall appear on each pricing page of the ITN as required. Complete ordering instructions must be submitted with the ITN proposal.
NO ITN PROPOSAL: If not submitting an ITN proposal, respond by returning only this
vendor acknowledgement form, marking it "NO ITN" and explain the reason in the space provided above. Failure to respond to a procurement solicitation without giving justifiable reason for such failure, non-conformance to contract conditions, or other pertinent factors deemed reasonable and valid shall be cause for removal of the supplier's name from the ITN mailing list. Note: To qualify as a respondent, vendor must submit a "NO ITN", and it must be received no later than the stated ITN opening date and hour.
ITN OPENING: Shall be public, on the date and at the time specified on the ITN form. It is
the vendor's responsibility to assure that his ITN proposal is delivered at the proper time and place of the ITN opening. ITN proposals, which for any reason are not so delivered, will not be considered. Offers by facsimile or telephone are not acceptable. An ITN proposal may not be altered after opening of the proposals. NOTE: Proposal tabulations will be furnished upon written request with an enclosed, self-addressed, stamped envelope. Proposal files may be examined during normal working hours by appointment. Proposal tabulations will not be provided by telephone.
PRICES, TERMS AND PAYMENT: Firm prices shall be proposed 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 ITN proposal evaluation purposes.
MISTAKES: Vendors are expected to examine the specifications, delivery schedule, proposal 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 ITN proposal shall be new, current standard production model available at time of the ITN. All containers shall be suitable for storage or shipment, and all prices shall include standard commercial packaging.
(e) (f) (g) 5. 6.
INVOICING AND PAYMENT: The vendor shall be paid upon submission of properly certified invoices to the purchaser at the prices stipulated on the contract at the time the order is placed, after delivery and acceptance of goods, less deductions if any, as provided. Invoices shall contain the contract number, purchase order number and the vendor's EIN number. An original 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 provided in accordance with the terms and conditions of the purchase order/contract. If payment is not made within said 40 days, a separate interest penalty (established pursuant to Section 55.03 (1), Florida Statues) on the unpaid balance will be paid upon Vendor’s written request to the University, providing said request is received by the University no later than 40 days from the date shown on the University’s check. The interest provision applies after a 35-day period to health care providers as defined by rule. Interest of less than one (1) dollar will not be enforced. The University’s vendor ombudsman, whose duties include acting as an advocate for vendors who may be experiencing problems in obtaining timely payment(s) from the University may be contacted at 813-974-2481. Written inquiries and requests for interest penalty payments can be addressed to: USF Accounts Payables, 4202 Fowler Ave ADM 147., Tampa, Fl. 33620. ANNUAL APPROPRIATIONS: The University's performance and obligation to pay under this contract is contingent upon an annual appropriation by the Legislature. DELIVERY: Unless actual date is specified (or if specified delivery cannot be met), show number of days required making 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 ITN 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 ITN. 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 ITN solicitation are the only conditions applicable to the ITN and the vendor's authorized signature affixed to the vendor acknowledgement form attests to this.
7.
8.
9.
10.
11.
12.
13.
14.
MANUFACTURERS' NAME AND APPROVED EQUIVALENTS: Any manufacturers' name, trade names, brand names, information and/or catalog numbers listed in a specification are for information and not intended to limit competition. The proposer may offer any brand for which he is an authorized representative, which meets or exceeds the specifications for any item(s). MEASUREMENTS: Customary measurements appearing in these specifications
are not intended to preclude proposals for commodities with metric measurements. If proposals are based on equivalent products, indicate on the ITN form the manufacturer's name and number. Vendor shall submit with his proposal, cuts, sketches, and descriptive literature, and/or complete specifications. Reference to literature submitted with a previous proposal will not satisfy this provision. The University reserves the right to determine acceptance of item(s) as an approved equivalent. Proposals, which do not comply with these requirements, are subject to rejection. Proposals lacking any written indication of intent to propose an alternate brand will be received and considered in complete compliance with the specifications as listed on the ITN 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 ITN opening. Inquiries must reference the date of ITN opening and ITN 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 Regulation 4.02050(3). Failure to file a protest within the time prescribed in Section 120.57(3), F.S., shall constitute a waiver of proceedings under Chapter 120, F.S.
NOTICE OF ITN PROTEST BONDING REQUIREMENT: Any person who files an action
protesting a decision or intended decision pertaining to contracts administered by the University pursuant to Section 120 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 proposal 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 proposals or waive any minor irregularity or technicality in proposals received. When it is determined there is competition to the lowest responsible vendor, evaluation of other proposals is not required. Vendors are cautioned to make no assumptions unless their proposal has been evaluated as being responsive. All awards made as a result of this ITN shall conform to applicable Florida Statutes, and University Regulations, policies and Procedures.
SAMPLES: Samples of items, when called for, must be furnished free of expense on or before ITN 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, ITN 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 ITN opening date. If instructions are not received within this time, the University shall dispose of the commodities.
NONCONFORMANCE TO CONTRACT CONDITIONS: Others acceptable to the University may test Items for compliance with specifications by the Florida Department of Agriculture and Consumer Services. 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 ITN 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 list. b) All University departments being advised not to do business with the supplier without written approval from Purchasing and Property 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 the carrier and the contract supplier perform inspection. d) Provide the contract supplier with a copy of the carrier's Bill of Lading and damage inspection report.
15.
16.
17.
18.
19.
20.
21.
22.
23.
24
25.
26.
27.
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 ITN prior to their delivery, it shall be the responsibility of the supplier to notify Purchasing and Property 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 ITN but not to exceed the threshold for category two at the prices proposed in this invitation. If additional quantities are not acceptable, the ITN proposal sheets must be noted "PROPOSAL 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 proposals received in response hereto and shall govern any and all claims and disputes which may arise between person(s) submitting a ITN 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 non-infringing. (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 proposal 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 ITN and the monies, which may become due hereunder, are not assignable except with the prior written approval of the ordering agency. LIABILITY: The vendor shall save and hold harmless the University, its officers, agents and employees against any and all claims by third parties resulting from the vendor's breach of this contract, the vendor's negligence, and/or vendor’s other wrongful acts.
FACILITIES: The University reserves the right to inspect the vendor's facilities at any reasonable time with prior notice. PUBLIC PRINTING: A vendor must have at the time of ITN opening a manufacturing plant in operation, which is capable of producing the items proposed, 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 proposal 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 affected. (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 and Property Services the analysis form that accompanied his purchase order together with an invoice copy.
PUBLIC RECORDS: Any material submitted in response to this ITN will become a public document pursuant to Section 119.07, F.S. This includes material, which the responding vendor might consider to be confidential, or a trade secret. Any claim of confidentiality is waived upon submission, effective after opening pursuant to Section 119.07, F S.
DEFAULT: Failure to perform according to this proposal and/or resulting contract shall be cause for your firm to be found in default in which event any and all reprocurement costs may be charged against your firm. Any violations of these stipulations may also result in: a) Vendor’s name being removed from Purchasing and Property Services vendor mailing list. b) All University agencies being advised not to do business with the vendors without written approval of Purchasing and Property Services.
CANCELLATION: The University shall have the right of unilateral cancellation for refusal by the
contractor to allow public access to all documents, papers, letters, or other material subject to the provisions of Chapter 119, Florida Statutes, and made or received by the contractor in conjunction with the contract.
NOTE: ANY AND ALL SPECIAL CONDITIONS AND SPECIFICATIONS ATTACHED HERETO WHICH VARY FROM THE GENERAL CONDITIONS SHALL HAVE PRECEDENCE.
Revised 09/08/2008
UNIVERSITY OF SOUTH FLORIDA Invitation to Negotiate #13-27-MH Outside Plant (Communications)
4
Table of Contents
Topic _____PAGE
Section I – Introduction…………………………………………………………………………………………………………… 7
Section II – Special Conditions………………………………………………………………………………………… 7
1. Opening Note to Vendors…………………………………………………………………………………………… 7
2. Inquiries………………………………………………………………………………………………………………………………… 8
3. Event Schedule…………………………………………………………………………………………………………………… 8
4. Question about ITN – Point of Contact……………………………………………………… 8
5. Addenda……………………………………………………………………………………………………………………………………… 8
6. Meetings…………………………………………………………………………………………………………………………………… 9
7. Parking……………………………………………………………………………………………………………………………………… 9
8. Vendor Qualifications………………………………………………………………………………………………… 9
9. Performance Payment Bond………………………………………………………………………………………… 10
10. Liquidated Damages………………………………………………………………………………………………………… 10
11. Contract Period and Renewals……………………………………………………………………………… 10
12. Award…………………………………………………………………………………………………………………………………………… 11
13. Proposal Tabulation……………………………………………………………………………………………………… 11
14. The Invitation to Negotiate Process…………………………………………………………… 11
15. Evaluation Criteria……………………………………………………………………………………………………… 11
16. Negotiate with Vendors……………………………………………………………………………………………… 11
17. Invitation to Negotiate Form……………………………………………………………………………… 12
18. Right to Negotiate………………………………………………………………………………………………………… 12
19. Vendor’s Responsibility…………………………………………………………………………………………… 12
20. Vendor’s Expense……………………………………………………………………………………………………………… 12
21. Number of Proposals Submitted…………………………………………………………………………… 12
22. Proposal Rejection………………………………………………………………………………………………………… 12
23. Open Competition……………………………………………………………………………………………………………… 12
24. Oral Presentation…………………………………………………………………………………………………………… 13
25. Mistakes…………………………………………………………………………………………………………………………………… 13
26. Right to Terminate………………………………………………………………………………………………………… 13
27. Cancellation………………………………………………………………………………………………………………………… 13
28. Force Majeure……………………………………………………………………………………………………………………… 13
29. Availability of Funds………………………………………………………………………………………………… 13
30. Payment……………………………………………………………………………………………………………………………………… 13
31. FEID Number…………………………………………………………………………………………………………………………… 14
32. W-9 Form…………………………………………………………………………………………………………………………………… 14
33. Standards of Conduct…………………………………………………………………………………………………… 14
34. American with Disabilities (ADA) ………………………………………………………………… 14
35. Public Records…………………………………………………………………………………………………………………… 14
36. Equal Opportunity Statement………………………………………………………………………………… 14
37. Public Entity Crimes…………………………………………………………………………………………………… 15
UNIVERSITY OF SOUTH FLORIDA Invitation to Negotiate #13-27-MH Outside Plant (Communications)
5
Table of Contents (continued)
Topic _____PAGE
38. Lobbying…………………………………………………………………………………………………………………………………… 15
39. Affirmative Action………………………………………………………………………………………………………… 15
40. Taxes…………………………………………………………………………………………………………………………………………… 15
41. Licenses…………………………………………………………………………………………………………………………………… 15
42. Certification……………………………………………………………………………………………………………………… 15
43. Indemnification………………………………………………………………………………………………………………… 15
44. Relationship of Parties…………………………………………………………………………………………… 16
45. Technology Provided……………………………………………………………………………………………………… 16
46. Purchases by Other Universities……………………………………………………………………… 16
47. Minority Business Enterprises…………………………………………………………………………… 16
48. Conditions and Provisions……………………………………………………………………………………… 17
49. The Copeland Anti-Kick Back Act……………………………………………………………………… 17
50. The Davis-Bacon Act (construction only)………………………………………………… 17
51. Federal Debarment…………………………………………………………………………………………………………… 17
52. Conflict of Interest…………………………………………………………………………………………………… 17
53. Notice of ITN Bonding Requirement………………………………………………………………… 18
54. Patents, Copyrights, Trademarks, Royalties………………………………………… 18
55. Compliance with Laws…………………………………………………………………………………………………… 18
56. Insurance………………………………………………………………………………………………………………………………… 18
Section III – Specifications………………………………………………………………………………………………………… 20
1. Purpose…………………………………………………………………………………………………………………………………… 20
2. Event Schedule…………………………………………………………………………………………………………………… 20
3. Pre-Proposal Conference & Site Visit………………………………………………………… 20
4. Proposal Evaluation Criteria……………………………………………………………………………… 20
5. Bidder’s Questions………………………………………………………………………………………………………… 20
6. Response to all Questions……………………………………………………………………………………… 20
7. Bid Opening…………………………………………………………………………………………………………………………… 21
8. Bid Response………………………………………………………………………………………………………………………… 21
9. Proposal Format………………………………………………………………………………………………………………… 21
10. Items to Include in Bid Proposal…………………………………………………………………… 22
11. Specifications for Outside plant…………………………………………………………………… 23-52
Specifications and Pricing Sheets………………………………………………………… 26-52
Contractor Minimum Tool List (Truck)…………………………………………………………………………………… 53
Bidder’s Affirmation Declaration……………………………………………………………………………………………… 54-55
Certificate of Non-Segregated Facilities………………………………………………………………………… 56
Subpart D-Contractors Agreements……………………………………………………………………………………………… 57
UNIVERSITY OF SOUTH FLORIDA Invitation to Negotiate #13-27-MH Outside Plant (Communications)
6
Table of Contents (continued)
Topic _____PAGE
W-9 Form……………………………………………………………………………………………………………………………………………………………… 58
Small Minority or women Owned Business Form………………………………………………………………… 59
Purchase Order and Payment Preference Form…………………………………………………………………… 60
Addenda and Rescheduling notification Form…………………………………………………………………… 61
Directions to USF Purchasing and Property Services……………………………………………… 62
Map to Purchasing and Property Services…………………………………………………………………………… 63
UNIVERSITY OF SOUTH FLORIDA Invitation to Negotiate #13-27-MH Outside Plant (Communications)
7
SECTION I: INTRODUCTION
ITN PURPOSE
The University of South Florida Board of Trustees, a public body corporate of the State
of Florida, hereinafter the “University”, is seeking to enter into a multiyear non-
exclusive Agreement with up to six certified contractors to provide “labor and/or
material(s)” services as specified herein for OUTSIDE PLANT Maintenance and Construction
projects on all our campuses and locations, throughout the Tampa Bay Area. The contract
period shall be for a (3) three year period, with the option to renew the contract for 3
(three) additional one (1) year periods under the terms, conditions and pricing as stated
by agreement, in writing, if it should be deemed advisable and advantageous to do so.
The exact cost of each project will be reviewed for proper selection of task prior to
start of work, on a project-by-project basis, based on the pricing set forth herein. The
awarded contractors shall be required to maintain a “Certificate of Insurance” with
coverage as required by the University that spans the period of the annual contract
purchase order. (See Special Condition #55, page 18)
In the best interest of, the University Of South Florida, Information Technologies
reserves the right to do open Bidding for any project deemed necessary.
DESCRIPTION OF THE UNIVERSITY
Founded in 1956, the University of South Florida has become one of the largest universities in the
Southeast, with a student body of 47,000 within the USF System that includes USF Tampa, USF St.
Petersburg, and USF Sarasota-Manatee, an annual budget of $1.5 billion, and an annual economic
impact of $3.7 billion. USF is one of only three Florida public universities classified by the
Carnegie Foundation for the Advancement of Teaching in the top tier of research activities, a
distinction attained by only 2.2 percent of all universities. The University’s renowned faculty
generate over $390 million in contract and grant-sponsored research each year.
Located in the Tampa Bay region – one of the fastest-growing metropolitan areas of the nation – the
University of South Florida has received vital support from business leaders and organizations, and
contributes to the economic growth of the region through research and service projects.
The University’s priorities are focused on student success, community engagement, research and
innovation, global literacy and impact, and integrated interdisciplinary inquiry. A national
reputation as a dynamic research university is attracting more and more of the nation’s best and
the brightest scholars to the Tampa Bay area. USF research is taking place across an astonishing
array of disciplines, from marine sciences to teacher education, micro engineering to cancer
treatments.
The University has world-recognized researchers in all of its colleges conducting research in areas
such as oceanography, coastal geology, medicine, satellite communications and mapping, curriculum
and testing innovation, aging, health outcomes and community welfare, business systems, fine arts,
and many others.
The University is a member of the Big East Athletic Conference.
Additional information available at http://www.usf.edu/About-USF/index.asp
SECTION II: SPECIAL CONDITIONS
Attention Vendor: Any vendors who received this Invitation to Negotiate from the Department
of Purchasing and Property Services or vendors who have downloaded this Invitation to
Negotiate from the USF Purchasing Web site http://usfweb2.usf/purchasing/purch2.htm,
are solely responsible to check the USF Purchasing Web site forty-eight (48) hours before
the closing time of this Invitation to Negotiate to verify that they have downloaded any
and all addenda that may have been issued for this bid/proposal or negotiation.
1. OPENING NOTE TO VENDORS
Vendor’s response to this Invitation to Negotiate shall be delivered to the Purchasing and
UNIVERSITY OF SOUTH FLORIDA Invitation to Negotiate #13-27-MH Outside Plant (Communications)
8
Property Services, University of South Florida, 4202 East Fowler Avenue AOC 200, Tampa,
Florida 33620-9000, no later than 3:00 P.M. on July 09, 2013 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. Responses to the Invitation to Negotiate that arrive after 3:00
P.M. on July 09, 2013 may be rejected in the University’s sole discretion. These proposals
will be returned unopened to the Vendor. Proposals and/or amendments will not be accepted at
any time via facsimile or electronic mail. At 3:00 P.M. on July 09, 2013, all timely ITN
Proposals received will be opened and recorded.
If the Vendor elects to mail/ship its ITN Proposal package, the Vendor must allow sufficient
time to ensure the University’s proper receipt of the proposal package by the time specified
above. Regardless of the form of delivery, it is solely the responsibility of the Vendor to
ensure that the ITN Proposal package arrives at the University’s Purchasing Department no
later than 3:00 P.M. on July 09, 2013.
ITN Proposals will be accepted up to, and no proposals may be withdrawn after, the deadline
for proposals submission time and date shown above.
ITN Proposals must be delivered in sealed envelopes/packages clearly marked: ITN Proposal
No. 13-27-MH.
All proposals submitted must include our standard Invitation to Negotiate Form signed.
2. INQUIRIES
The University will not give verbal answers to inquiries regarding negotiation considerations
or verbal instructions prior to or after the selection process of this Invitation to
Negotiate. A verbal statement regarding same by any person shall be non-binding. The
University is not liable for any cost incurred by the Vendor in connection with the
preparation, production, or submission of their ITN Proposal including any increased costs
resulting from the Vendor accepting verbal direction. All University changes to the ITN terms
or specifications, if necessary, shall be made by the university by written addendum to the
Invitation to Negotiate and distributed electronically by e-mail and posted on the Purchasing
Web site only.
Note: Vendors are responsible to insure that the University has their point of contact as
well as their name, title, company name, address, telephone, and e-mail address in order to
receive any addenda via e-mail.
3. EVENT SCHEDULE (dates subject to change)
ITN Issued 06/05/2013
Vendor Questions due 06/17/2013
USF Response due 06/24/2013
Proposals Due/Opened 07/09/2013
Proposals Evaluated 07/10/2013-07/19/2013
Vendor Selected 07/23/2013
4. QUESTIONS ABOUT ITN - POINT OF CONTACT
Any questions concerning this Invitation to Negotiate should be directed to Mike Hernandez,
Purchasing Administrator, Purchasing & Property Services, AOC-200, via e-mail at
[email protected] by 3:00 p.m., June 17, 2013. Phone: (813) 974-8123.
5. ADDENDA
Purchasing & Property Services may issue written addenda prior to the proposal opening date,
supplementing, modifying or interpreting any portion of this Invitation to Negotiate. No
verbal or written information from any source other than the Purchasing & Property Services
addenda is authorized as representing the University.
Vendor’s failure to return any and all addenda may result in disqualification of that
Vendor’s Invitation to Negotiate.
UNIVERSITY OF SOUTH FLORIDA Invitation to Negotiate #13-27-MH Outside Plant (Communications)
9
PLEASE NOTE: It is solely the Vendor’s responsibility to check the USF Purchasing Web site
at usfweb.usf.edu/purchasing/purch2.htm, forty-eight (48) hours before the closing time of
this proposal to verify that the proposer has received any addenda that may have been issued.
6. MEETINGS
Notice of public meetings regarding the Invitation to Negotiate will be posted on the
bulletin board located outside the Purchasing & Property Services Department located at 4202
E Fowler Avenue AOC-200, Tampa, Fl 33620 and posted electronically on the USF Purchasing Bid
website five business days prior to the meeting, (USFWEB2.USF.EDU/PURCHASING/PURCH2.HTM). For
the purpose of this ITN, meeting notices will be Noticed (posted) by e-mail to the ITN vendor
list.
7. PARKING
Annual, semester, monthly, weekly, or daily parking permits must be obtained from Parking and
Transportation Services (974-3990 for further information) for any company vehicles and/or
individual vehicles that will be parked on campus. This applies to all vehicles used for an
extended period of time (over 3 days or on a recurring basis). Parking rules and regulations
must be observed by all drivers. Website for parking services is:
HTTP://USFWEB.USF.EDU/PARKING_SERVICES/
8. VENDOR’S QUALIFICATIONS
Qualifications: Final qualification of the successful vendors will be made by USF
Information Technology designated representatives. There will be a pre-qualifying procedure.
This procedure will involve checking and verifying references. Please furnish copy of
current information with bid submittal. Supervisor or Lead Tech on every project must be
knowledgeable with the TIA/EIA/ANSI,BICSI and the 2002 NEC standards pertaining to outside
plant infrastructure.
Pre-Award Evaluation: To be considered for award, the entity bidding this project shall have
a minimum of five (5) years of experience in Outside Plant infrastructure installation from
the time of the posting of this ITN. a preference may be given to entities with experience
and knowledge of the higher educational environment. 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 employed on a full-time
basis. Vendors Must provide 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.
B. The bidding entity shall solely be responsible for determining that any sub-contractor
used on this project by his/her firm shall:
1. Be qualified to perform the work required by these documents.
2. Have successfully performed similar services of comparable size, scope and cost.
3. Sub-contractors must be pre-approved by USF Information Technologies.
C. The successful vendor must have a minimum State of Florida ES, EF, EC, or EG low voltage
license and provide evidence that license is currently qualifying the organization
submitting bid package. Vendor must also follow municipal codes for the areas in which
projects are located, to include NEC, TIA/EIA/ANSI and BICSI.
D. A performance bond verification with statement from financial institution is required stating a minimum $100,000 bond capability per job (see item 8 on pg. 10).
E. Bidders must show proof of Performance/Payment Bond Capability as required in item 8, page 10. A letter from a surety Firm stating that the bidder is considered bondable by
the surety firm will meet this requirement (an actual Bid Bond is not required).
UNIVERSITY OF SOUTH FLORIDA Invitation to Negotiate #13-27-MH Outside Plant (Communications)
10
F. Bidders must send in a minimum of three references for projects of similar scope of work with their bid packages. Bidders must have at least 5 years of experience in structured
low voltage Outside Plant infrastructure installation standards in construction from the
time of the posting of this ITN. These references shall include scope (description) of
work and contact information.
G. Bidders must show current level of insurance coverage as required in section II, item 55, page 19.
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" will be considered for
the award.
Failure To Furnish All Of The Above Information With Bid Package May Be Cause For Rejection Of Your
Bid.
9. PERFORMANCE/PAYMENT BOND
A PERFORMANCE AND PAYMENT BOND WILL BE REQUIRED OF THE SUCCESSFUL BIDDERS. (Cost shall be
incorporated by bidder 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
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.
10. LIQUIDATED DAMAGES
The parties recognize and agree that the actual damages to the University 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 liquidated damages to the University the sum of $200.00 per
calendar day for each day that any part of the work remains uncompleted after
expiration of the time allowed for completion of the work or as expressly increased
by a change order. 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 to the University any and all overhead expenses
incurred by the University as a result of Contractor's delay in completing the
contract work. The University 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 the University 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) is rendered
unenforceable by a court of competent jurisdiction, the remainder of the provision
and all other provisions shall remain in full force and effect.
11. CONTRACT PERIOD AND RENEWALS
The contract period shall be for a (3) three year period, USF will have the option to renew
the contract for 2 (two) 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
UNIVERSITY OF SOUTH FLORIDA Invitation to Negotiate #13-27-MH Outside Plant (Communications)
11
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 Services or his designee, in writing, and
awarded to the next approved respondent.
In the event that an awarded vendor is repeatedly non-responsive to USF requests for project
quotes, non-responsive defined as “vendor not responding to two or more email requests for
project quotes from USF; the university retains the right to cancel the agreement with that
vendor, by the Director of Purchasing Services or his designee, in writing. Either party can
cancel this contract at any time with a 30 day written notice to the other party.
12. AWARD
Vendor’s proposals will be evaluated based on the requirements set forth in this Invitation
to Negotiate. The University reserves the right to reject any or all proposals.
Vendors may be required to answer questions and may be required to make a presentation to the
evaluation committee regarding their qualifications, experience, service, and capability to
furnish the required products and service.
The award(s) shall be made by the University to the most responsive, qualified and
responsible vendor whose final proposal is determined to be the most advantageous to the
University taking into the evaluation criteria as set forth in the Invitation to Negotiate.
The University’s intent is to award on an “All-or-None Total Offer” basis.
13. PROPOSAL TABULATION
Vendors desiring a copy of the proposal tabulation for the Invitation to Negotiate may
request same via email, send request to Michael Hernandez [email protected] . Proposal
tabulation will be available after award and will be posted on the Purchasing website. The
proposal tabulation is an accounting of initial proposal information received relative to
requested information and may not include price information. Proposal results will not be
given out over the telephone.
14. THE INVITATION TO NEGOTIATE PROCESS
The ITN process is a flexible procurement process that is used when highly specialized and or
variable services or products are required. Negotiations offer an opportunity for selected
Vendor(s) to discuss their responses with an evaluation committee. The goal of this
comprehensive process is for identification of the optimal outcome or the solution that best
meets the needs of the University. Only representatives of the participating Vendors who are
authorized to negotiate and make agreements shall be involved in negotiations.
15. EVALUATION CRITERIA
Evaluation will be based on criteria identified in the Section III – Specifications, and
Section II Item 7 Vendor Qualifications. Any information a Vendor deems essential to the
evaluation of the products/services offered, for which no provision is made in the ITN,
should be clearly stated in the proposal. While the University reserves the right to request
additional information or clarification from Vendors at any time in the process, Vendors
should not assume that they will be allowed to amplify or modify their initial written
proposal. The initial response must be a clear and easy to understand explanation of the
products, services, benefits and prices offered and should include information as to how all
specifications will be met.
16. NEGOTIATION WITH VENDORS
To identify vendors for negotiations, submitted proposals will be evaluated, presentations
may be requested, and references may be verified and reviewed. The University will compare
the proposals according to the evaluation criteria described in SECTION III for the purpose
of identifying vendors for negotiation. The evaluation criteria does not necessarily
determine the best value for the university or the award to be made.
Vendors may be invited to continue in the negotiation process. Negotiations offer an
opportunity for the selected Vendors to discuss their offers and proposals in further detail
UNIVERSITY OF SOUTH FLORIDA Invitation to Negotiate #13-27-MH Outside Plant (Communications)
12
with the University. Selected vendors may be given the opportunity to refresh their initial
offers. Refreshed proposals allow vendors to match or exceed the offers made by competitors,
both as to services and cost. This allows the University to secure services which best meet
its needs, at a highly competitive and favorable cost. At the conclusion of this negotiation
process, the University may ask selected vendors to submit a written best and final offer, to
memorialize all agreements reached during negotiations and to extend additional benefits to
the University, if desired. Invitation to submit a best and final offer is not automatic.
After this negotiation a final Vendor(s) may be selected.
17. INVITATION TO NEGOTIATE FORM
All proposals shall be submitted using the University of South Florida Invitation to
Negotiate form as a cover to be considered for an award of the proposal. The form shall be
completed in ink or typewritten, signed by an authorized signatory of the Vendor and returned
with the proposal in a sealed envelope. Vendor is responsible for marking the outside of the
sealed envelope with the proposal number and the opening date.
The Invitation to Negotiate form and all related pages are a legal document and cannot be
altered by the Vendor in any way. Any alteration made by a Vendor may disqualify the proposal
and the response may be considered invalid. Any necessary changes to an Invitation to
Negotiate document will be implemented by written addenda to the proposal issued by
Purchasing & Property Services.
18. RIGHT TO NEGOTIATE
Upon evaluation of the responses, the University has the right to enter into negotiations
with one or multiple Vendors that appear to have submitted proposal(s) that best meet the
needs and requirements of the University. Negotiations could include but are not limited to
price and the terms and conditions of this ITN.
If for any reason a Vendor(s) and the University cannot arrive at a mutual agreement that
would result in the issuance of a contract, the University reserves the right to terminate
negotiations, to reject the proposal(s), and to continue negotiations with other responsive
Vendors that may lead to the issuance and award of a contract.
19. VENDOR’S RESPONSIBILITY
It is understood and the Vendor hereby agrees that it shall be solely responsible for all
services that it proposes, notwithstanding the detail presented in the Invitation to
Negotiate.
20. VENDOR’S EXPENSE
All proposals submitted in response to the ITN must be submitted at the sole expense of the
Vendor, whether or not any agreement is signed as a result of this Invitation to Negotiate.
Proposers will pay all costs associated with the preparation of proposals and necessary
visits to campus and other required site visits.
21. NUMBER OF PROPOSALS SUBMITTED
Vendor shall submit one (1) original proposal-clearly mark as “original” and one (1) copy.
Vendor must also submit one (1) electronic copy preferably on a flash dive. Proposals that do
not include all requested copies may be disqualified at the sole discretion of USF.
22. PROPOSAL REJECTION
The University shall have the right to reject any or all ITN proposals and in particular to
reject an ITN proposal not accompanied by data required by the Invitation to Negotiate or an
ITN proposal in any way incomplete or irregular including the omission of pricing
information. Conditional ITN proposals may be considered non-responsive.
23. OPEN COMPETITION
The University encourages free and open competition among vendors. Whenever possible,
specifications, invitations to negotiate, and conditions are designed to accomplish this
objective, consistent with the necessity to satisfy the University’s needs and the
UNIVERSITY OF SOUTH FLORIDA Invitation to Negotiate #13-27-MH Outside Plant (Communications)
13
accomplishment of a sound economical operation. The Vendor’s signature on their ITN proposal
guarantees that the prices quoted have been established without collusion with other Vendors
and without effort to preclude the University from obtaining the lowest possible competitive
price.
24. ORAL PRESENTATION
After ITN proposals have been opened, Vendors submitting ITN proposals may be requested, at
the sole option of the University, to make oral presentations or provide written
clarifications. Such presentations or clarifications will provide an opportunity for the
Vendor to clarify the proposal. Oral presentations may be recorded. Recorded oral
presentations and written clarifications will be affixed to the Vendor’s ITN proposal and
become part of the same as if originally submitted.
25. MISTAKES
Vendors must check their proposals for any errors. Failure to do so will be at the Vendor’s
risk.
In the event a mistake results in the written request of a Vendor withdrawing any part of the
proposal, the Vendor must withdraw the entire proposal package and the University will not
consider that proposal for award of ANY of the subject ITN. This applies to all requests for
withdrawal. 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 Purchasing whose decision shall be final.
26. RIGHT TO TERMINATE
In the event any of the provisions of the contract are violated by the successful proposer,
the University may serve written notice upon Vendor 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 Vendor, the contract shall cease and
terminate. The liability of the Vendor and/or his surety for any and all such violation(s)
shall not be affected by any such termination.
27. 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.
28. FORCE MAJEURE
No default, delay or failure to perform on the part of the either party shall be considered a
default, delay or failure to perform otherwise chargeable, hereunder, if such default, delay
or failure to perform is due to causes beyond either party’s reasonable control including,
but not limited to, strikes, lockouts or inactions of governmental authorities; epidemics;
acts of terrorism; war; embargoes; fire; earthquake; acts of God; or default of common
carrier. In the event of such default, delay or failure to perform, any date or times by
which either party is otherwise scheduled to perform shall be extended automatically for a
period of time equal in duration to the time lost by reason of the excused default, delay or
failure to perform.
29. AVAILABILITY OF FUNDS
The University's performance and obligation to pay under this contract is contingent upon an
annual appropriation by the Legislature.
30. PAYMENT
The University will make partial payment in the amount of the value of items or service
received and accepted by the University in response to a request by the Vendor along with the
submission of a properly executed invoice, and supporting documents (if required). The
University shall issue the Vendor’s payment within 40 days (35 days for healthcare providers)
UNIVERSITY OF SOUTH FLORIDA Invitation to Negotiate #13-27-MH Outside Plant (Communications)
14
after receipt of an acceptable invoice and receipt, inspection, and acceptance of goods
and/or services provided in accordance with the terms and conditions of the purchase
order/contract. The University’s preferred payment method is P-card. No additional charges
will be accepted for use of P-card payment. Any penalty or delay in payment shall be in
accordance with section 55.03, Florida Statutes. The University’s vendor ombudsman, whose
duties include acting as an advocate for vendors who may be experiencing problems in
obtaining timely payment(s) from the University may be contacted at 813-974-2481.
31. FEID NUMBER
Vendors MUST supply their Federal Employee Identification Number or Social Security number.
32. W-9 FORM
Vendors are required to complete and return the W-9 Form attached herein with their proposal
response.
NOTE: The W-9 statement must be completed and signed before a contract can be approved.
33. STANDARDS OF CONDUCT
It is a breach of ethical standards for any employee of the University to accept, solicit, or
agree to accept a gratuity of any kind, form or type in connection with any contract for
commodities or services. It is also a breach of ethical standards for any potential vendor
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. AMERICAN WITH DISABILITIES (ADA)
The Vendor awarded this proposal/proposal shall agree to comply with the Americans with
Disabilities Act (ADA) of 1990.
NOTE: If special accommodations are required in order to attend any event or meeting in
conjunction with this Invitation to Negotiate, please notify Purchasing and Property
Services at (813)974-2481 at least 5 working days prior to the scheduled event.
35. PUBLIC RECORDS
Sealed proposal responses received by the University pursuant to Invitation to Negotiate are
exempt from the provisions of the Florida Statute Chapter 119 until such time as the
University provides notice of a decision or intended decision pursuant to Florida Statute
Chapter 120 or within ten (10) days after the proposal opening, whichever is earlier.
The University reserves the right of unilateral cancellation for refusal by the Vendor(s) to
allow public access to all documents, papers, letters, or other materials subject to the
provisions of Chapter 119 and made or received by the Vendor(s) in conjunction with this
resulting contract.
36. EQUAL OPPORTUNITY STATEMENT
The University believes in equal opportunity practices which conform to both the spirit
and the letter of all laws against discrimination and is committed to non-discrimination
based on race, creed, color, sex, age, national origin, religion or disability. To be
considered for inclusion as a vendor under this agreement, the bidder commits to the
following:
A. The provisions of Executive Order 11246, September 24, 1965, and the rules, regulations
and relevant orders of the Secretary of Labor are applicable to each order placed against
this agreement regardless of value. See attached.
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
UNIVERSITY OF SOUTH FLORIDA Invitation to Negotiate #13-27-MH Outside Plant (Communications)
15
to March 1 of each year.
D. If the bidder expects to receive $60,000 in Revenues during the first 12 months and
employs more than 50 people, a written program for affirmative action compliance must be
maintained by the bidder, subject to review upon request by the user agencies of this
agreement
37. 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 proposal on a contract to provide any
goods or services to a public entity, may not submit a proposal on a contract with a public
entity for the construction or repair of a public building or public work, may not submit
proposals 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 the University Regulation 4.02030(1), for a period of 36 months from the
date of being placed on the convicted vendor list.
38. 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.
39. AFFIRMATIVE ACTION
As a condition of this contract, the Vendor agrees to comply with Section 202, Executive
Order 11246, as amended by Executive Order 11375, and regulations published by the U.S.
Department of Labor implementing Section 503 of the Rehabilitation Act of 1973, Public Law
93-112, as amended, which are incorporated herein by reference.
40. TAXES
The State of Florida, and the University, is a tax immune sovereign and exempt from the
payment of sales, use or excise taxes. The Vendor shall pay all personal property taxes
on leased equipment and all taxes based upon net income.
41. LICENSES
In the event either party is required to obtain from any governmental authority any
permit, license, or authorization as a prerequisite to performing its obligations
hereunder, the cost thereof shall be borne by the party required to obtain such permit,
license, or authorization.
42. CERTIFICATION
In accordance with Section 112.3185, Florida Statutes, the Vendor hereby certifies that
to the best of his knowledge and belief no individual employed by him or subcontracted by
him has an immediate relation to any employee of the University who was directly or
indirectly involved in the procurement of said services. Violation of this section by
Vendor shall be grounds for cancellation of this Agreement by the University.
43. INDEMNIFICATION
Vendor agrees to indemnify and hold free and harmless, and defend the State of Florida,
the State Board of Education, the State Board of Governors, the University of South
Florida, and the University of South Florida Board of Trustees, a public body corporate,
and their officers, employees and agents, from and against any and all actions, claims,
liabilities, assertions of liability, losses, costs and expenses, which in any manner
directly or indirectly may arise or be alleged to have arisen, or resulted or alleged to
have resulted from the presence, activities and promotions of every kind and nature
whatsoever of Vendor and/or Vendor’s officers, employees, agents and contractors, in
connection with this Agreement.
UNIVERSITY OF SOUTH FLORIDA Invitation to Negotiate #13-27-MH Outside Plant (Communications)
16
44. RELATIONSHIP OF PARTIES
It is understood and agreed that nothing herein contained is intended, or should be
construed, as creating or establishing the relationship of partners or joint ventures, or
any similar relationships between the parties hereto, or as constituting Vendor as the
agent or representative of the University for any purpose in any manner whatsoever.
Vendor is not authorized to bind University to any contracts or other obligations.
Vendor shall not expressly or impliedly represent to any party that Vendor and University
are partners or that Vendor is the agent or representative of University or of the Board
of Trustees for any purpose or in any manner whatsoever.
45. TECHNOLOGY PROVIDED
The University’s expectation is that vendors shall provide the most current available
technology in the execution of the terms and conditions and in providing all services related
to the contract.
46. PURCHASES BY OTHER UNIVERSITY ENTITIES
With the consent and agreement of the successful Vendor(s), purchases may be made under this
ITN by University of South Florida Direct Support Organization and affiliated entities. Such
purchases shall be governed by the same terms and conditions stated in the proposal
solicitation.
47. MINORITY BUSINESS ENTERPRISE (MBE)
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 solicitations, or to
contact larger suppliers about subcontracting opportunities.
The vendor shall submit documentation describing the efforts being made to encourage the
participation of small, minority, service disabled veterans and women-owned business
enterprises within their organization. Vendors shall also provide a list of MBE suppliers and
subcontractors with the bid proposal.
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 [email protected] by e-mail to be utilized for the University’s
Annual 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 by
email.
The Quarterly Reporting Requirements for Prime Contractors Form to submit the use of
subcontractor’s quarterly spend data is located here:
http://usfweb2.usf.edu/purchasing/forms.html.
The form also includes the minority business enterprise codes that are applicable to this
reporting requirement. Minority Business Enterprises reported:
UNIVERSITY OF SOUTH FLORIDA Invitation to Negotiate #13-27-MH Outside Plant (Communications)
17
CERTIFIED MBEs
CMBE, MV-H, AFRICAN-AMERICAN
CMBE, MV-I, HISPANIC AMERICAN
CMBE, MV-J, ASIAN-HAWAIIAN
CMBE, MV-K, NATIVE AMERICAN
CMBE, MV-M, AMERICAN WOMAN
CMBE, MV-W1, SERVICE DISABLED VETERAN (CERTIFIED)
NON-CERTIFIED MBEs
NON-CMBE, MV-N, AFRICAN-AMERICAN
NON-CMBE, MV-0, HISPANIC AMERICAN
NON-CMBE, MV-P, ASIAN-HAWAIIAN
NON-CMBE, MV-Q, NATIVE AMERICAN
NON-CMBE, MV-R, AMERICAN WOMAN
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
48. CONDITIONS AND PROVISIONS
USF reserves the right to reject any and all proposals and to waive minor variances from
the requirements set forth in this ITN. USF at its sole discretion will select the proposal
it deems is in the best interests of USF.
49. 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 the Department of Labor regulations (29 CFR. Part 5). Also refer to
website: http://davisbacone.fedworld.gov for additional information.
50. THE DAVIS-BACON ACT (Construction Only)
The awarded bidder(s) shall comply with the Davis-Bacon Act (40 U.S.C. 276a-a7) and as
supplemented by the Department of Labor regulations (29 CFR. Part 5). Also refer to website:
http://davisbacon.fedworld.gov for additional information.
51. FEDERAL DEBARMENT
By signing this bid/proposal, the offeror certifies, to the best of its knowledge or belief,
that the offeror and its principals are not presently debarred, suspended, proposed for
debarment, or declared ineligible for the award of contracts by any Federal agency; or have
not within a three-year period preceding this offer, been convicted of or have a civil
judgment rendered against them in connection with a public contract or subcontract; or are
not criminally or civilly charged by a governmental entity with commission of offenses; or
has not within a three-year period preceding this offer had a contract terminated for default
by any Federal agency. (Federal Acquisition Regulation 52.209-5)
52. CONFLICT OF INTEREST
The award hereunder is subject to the provisions of Chapter 112, of the Florida Statutes. All
vendors must disclose with their ITN 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.
UNIVERSITY OF SOUTH FLORIDA Invitation to Negotiate #13-27-MH Outside Plant (Communications)
18
By submitting a response to this ITN without such information, the Vendor certifies that to
the best of his knowledge and belief no individual employed by him or subcontracted by him
has an immediate relation to any employee of the University who was directly or indirectly
involved in the procurement of said services. Violation of this section by Vendor shall be
grounds for cancellation of the Contract.
53. NOTICE OF ITN PROTEST BONDING REQUIREMENT
Any person who files an action protesting a decision or intended decision pertaining to
contracts administered by the University pursuant to Section 120 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.
54. PATENTS COPYRIGHTS, TRADEMARKS, ROYALTIES AND OTHER INTELLECTUAL PROPERTY
To the extent that intellectual property of Vendor will be sold or licensed as a part of the
products or services offered, 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.
55. COMPLIANCE WITH LAWS
Vendor shall comply with applicable Federal, State, and local laws and regulations and
University Regulations and Policies with respect to its participation in the ITN process. If
Vendor receives an award as a result of the ITN, Vendor shall continue to comply with the
foregoing laws, regulations, and policies. If Vendor fails to comply with the requirements
of the proceeding sentences, the University, in its sole discretion, may disqualify Vendor,
or, if Vendor has been awarded a contract pursuant to the ITN, the University, in its sole
discretion, may determine that Vendor is in default.
56. INSURANCE
a. The Vendor shall not commence any work in connection with this contract until obtaining,
at a minimum, all of the types of insurance enumerated below and having such insurance
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 no later than ten (10) days after Contract award. All required
insurance policies shall name the University of South Florida Board of Trustees, State
Board of Governors and the State of Florida as additional named insureds.
b. The Vendor must secure and maintain, during the life of this agreement, Worker's
Compensation Insurance for all of its employees connected with the work of this project
and, in case any work is sublet, the Vendor shall require the insurance for all of the
subcontractor's employees unless such employees are covered by the protection afforded by
the Vendor's insurance. Such insurance shall comply fully with the Florida Worker's
Compensation Law. In case any class of employees engaged in work under his contract at
the site of the project is not protected under Worker's Compensation statute, the Vendor
shall provide, and cause each subcontractor to provide, adequate insurance satisfactory
to the University, for protection of the employees not otherwise protected.
c. The Vendor must secure and maintain during the life of the Agreement, COMPREHENSIVE
UNIVERSITY OF SOUTH FLORIDA Invitation to Negotiate #13-27-MH Outside Plant (Communications)
19
GENERAL LIABILITY AND COMPREHENSIVE AUTOMOBILE LIABILITY INSURANCE which shall protect
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 a minimum, the amounts as follows:
1. Commercial General Liability
Each occurrence $ 500,000
Each aggregate $ 1,000,000
2. Business Auto Liability Insurance
Combined Single limit $ 500,000
3. Umbrella or Excess Liability $ 1,000,000
d. The University is exempt from paying, and is in no way liable for, any sums of money
which may represent a deductible in any vendor’s insurance policy. The payment of such
deductible is solely the responsibility of the Vendor obtaining the insurance.
UNIVERSITY OF SOUTH FLORIDA Invitation to Negotiate #13-27-MH Outside Plant (Communications)
20
SECTION III: SPECIFICATIONS
1. PURPOSE
To allow the University to enter into an a multiyear non-exclusive Agreement with up to six
certified contractors to provide “labor and/or material(s)” services as specified herein for
for OUTSIDE PLANT Maintenance and Construction projects on all our campuses and
locations, throughout the Tampa Bay Area.The contract period shall be for a (3) three year
period, with the option to renew the contract for 3 (three) additional one (1) year periods
under the terms, conditions and pricing as stated by agreement, in writing, if it should be
deemed advisable and advantageous to do so. The exact cost of each project will be reviewed
for proper selection of task prior to start of work, on a project-by-project basis, based on
the pricing set forth herein. The awarded contractors shall be required to maintain a
“Certificate of Insurance” with coverage as required by the University that spans the period
of the annual contract purchase order. (See Special Condition #22, 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.
2. EVENT SCHEDULE (dates subject to change)
ITN Issued 06/05/2013
Vendor Questions due 06/17/2013
USF Response due 06/24/2013
Proposals Due/Opened 07/09/2013
Proposals Evaluated 07/10/2013-07/19/2013
Vendor Selected 07/23/2013
3. PRE-PROPOSAL CONFERENCE AND SITE VISIT
Intentionally left blank.
4. PROPOSAL EVALUATION CRITERIA
Proposals will be evaluated on the following:
a. Cost of proposed services; hourly rates, and cost of
equipment and material(s)
b. Qualifications and experience of vendor/contractor
(references)
c. Resources available to the vendor to provide the specified
service to USF
5. BIDDER’S QUESTIONS
The deadline for all questions is 3:00PM June 17, 2013. All questions must be submitted in
writing via email to [email protected]. Any questions submitted after this time may
not be considered.
NOTE: To prevent your email from going to the Spam/Junk Filter, do not include attachments
or images in email correspondence – all questions, comments, etc, should be in the body of
the message not an attachment.
6. RESPONSE DATE FOR ALL QUESTIONS
The response date for all questions is 5:00PM June 24, 2013. Responses will be posted on the
USF Purchasing Website by 5:00PM, June 24, 2013 and issued in the form of an Addendum. usfweb.usf.edu/purchasing/purch2.htm
UNIVERSITY OF SOUTH FLORIDA Invitation to Negotiate #13-27-MH Outside Plant (Communications)
21
7. BID OPENING
The Bid Opening & Tabulations is 3:00PM, July 09, 2013. All bidder response packages for this
ITN shall be delivered to University of South Florida, 4202 E. Fowler Ave, AOC 200, and
Tampa, Florida 33620-9000 no later than 3:00PM July 09, 2013 according to the official clock
located in USF's Purchasing Department.
All persons attending bid/proposal opening shall be present on or before 3:00PM July 09,
2013. No one will be admitted after 3:00PM.
8. BID RESPONSE (bid package in its entirety)
Bidder’s response to this Invitation to Negotiate shall be delivered to University of South
Florida, Purchasing Services located at 4202 E. Fowler Ave, AOC 200, Tampa, Florida 33620-
9000 no later than 3:00PM July 09, 2013 according to the official clock located in USF's
Purchasing Department. USF shall not extend or waive this time requirement for any reason
whatsoever. Bids or amendments to Bids that arrive after 3:00PM July 09, 2013 will not be
accepted or considered for any reason whatsoever. These bids will be returned unopened to the
vendor. Telephone, including facsimile and e-mail and telegraphic bids and/or amendments to
shall not be accepted at any time. At 3:00PM July 09, 2013 all timely bids will be opened and
recorded.
If Bidder elects to mail/ship in its bid package, the Bidder must allow sufficient time to
ensure USF’s proper receipt of the bid package by the time specified above. Regardless of
the form of delivery, it is the responsibility of the bidder to ensure that the bid package
arrives at the USF Purchasing Department no later than 3:00PM July 09, 2013.
Faxed or Emailed Submissions Are Not Accepted
All bid proposals must be submitted on our standard Invitation to Negotiate Form.
Bid proposals on vendor quotation forms will not be accepted.
Responses to Bid Requests: The awarded service providers will be contacted to bid
on a specific project as the projects come open. The vendors must submit their bids
in accordance with the job specifications provided by the USF Information
Technology department and or USF construction service including a deadline for
quote submittals. Deadlines for responses will be strictly adhered to, and quotes
received after the stated deadline will be disqualified. In addition any vendor
that fails to respond to two requests for quotes for awarded work covered in their
continuing service contract or habitually misses the quote deadlines with USF will
be subject to contract cancelation due to unresponsiveness.
9. PROPOSAL FORMAT
Each Vendor shall organize its solicitation response to provide the following information in
order to assist USF in the selection, evaluation and award process.
Vendors must use printed Tabs to label the different sections of their proposals.
a. Contact Information:
Name(s) and title(s), for the individual(s) responsible for Vendor’s proposal and
negotiation during this process.
Contact information for the individual(s) who should receive any notices related to
this contract if awarded to Vendor.
Office location responsible for this project
List the name, title or position, and project duties of key personnel who will have a
management or senior position working with USF if awarded this contract. For each
individual, include a resume or summary of qualifications and experience that
demonstrate the person’s knowledge and understanding of the types of services to be
performed.
b. Qualifications and Experience of the Firm:
Company’s background, including number of years the company has been in existence;
number of years the company has been involved in structured low voltage Outside Plant
UNIVERSITY OF SOUTH FLORIDA Invitation to Negotiate #13-27-MH Outside Plant (Communications)
22
infrastructure installation standards in construction; principals of the company; and
the company’s history and experience if any working with University of South Florida.
List of references from projects of similar scope, include contact information;
provide a minimum of three references.
c. Resources and Availability
List of the equipment your firm can provide in oder to service this contract if
awarded as per the CONTRACTOR’S MINIMUM TOOL LIST (TRUCK)listed on page 50 of this
ITN.
Number of full time employees regularly employed.
d. Copy of the Pricing Sheets with vendor prices filled in (pages 24-50 of this ITN.
e. All required forms and documents.
10. ITEMS TO INCLUDE IN BID PROPOSAL (required forms and documents)
ITN Cover Page signed (pages 2 & 3 of this ITN)
Bidder’s Affirmation Declaration (page 30 & 31 of this ITN)
Certificate of Non-Segregated Facilities/ EEO signed (page 32 of this ITN)
Contractor’s Agreements (page 33 of this ITN)
W-9 Form filled out and signed (page 34 of this ITN)
Small Minority or women Owned Business Form (page 35 of this ITN)
Purchase Order and Payment Preference Form (page 36 of this ITN)
Vendor qualification/references, provided by vendors
Experience on similar scope, Projects (Created by Vendor)
All issued Addendums to this ITN (Signed
UNIVERSITY OF SOUTH FLORIDA Invitation to Negotiate #13-27-MH Outside Plant (Communications)
23
SPECIFICATIONS FOR INSTALLATION OF OUTSIDE PLANT
The University of South Florida, through Information Technologies, has prepared an ITN to
develop a multiyear contract with up to six contractors for OUTSIDE PLANT Maintenance and
Construction on all our campuses and locations, throughout the Tampa Bay Area. As
described in this ITN.
Damages: Any and all damage to University property will be the responsibility and
liability of the successful bidder (vendor).
Bidders Responsibility: It is the responsibility of each bidder to locate and note each
and every obstacle in the area / scope of work. The method that shall be used will be a
preconstruction conference to be held on a particular date with the awarded vendors.
Each vendor /contractor will be given the same date, location, and time to respond with a
price quote for a particular project. The vendor with the lowest quote on the requested
project and able to complete the project on time will be the selected vendor to provide
that service.
Safety Procedures: Bidders must also show certification in OSHA Confined Space Entry
Practices. Where necessary the contractor will provide a Trained Entry Supervisor as well
as Trained Entry Attendant for all confined space entries performed. HARD HATS and other
appropriate safety equipment shall be worn during all construction procedures. The vendor
shall furnish appropriate safety equipment for their employees and construction site.
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. 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, 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 field work to drive a
contractor-provided vehicle which is clearly marked as belonging to the contractor (See
Special Condition # 25, page 10). The vehicles can be any type preferred by the
contractor as long as the vehicles are clearly marked, in good operating order, and have
a good appearance. The university shall retain the right to request the removal of any of
the contractor’s personnel at any time.
Sanitation Facilities: Depending on scope of work, each vendor is responsible for
sanitary facilities and removal of refuse from job site. This includes “PORTA-POTTY” and
other necessary facilities.
Substitutions: Materials referenced are to be bid as is or with an approved substitute.
The submittal process is via shop drawings and or submittals. This approval process must
be accomplished prior to the BID AWARD. Substitutions will be approved in writing only by
USF Information Technologies Donald Gilbert OSP Coordinator. Please send shop drawings or
submittal sheets e-mail to ([email protected] ) or in person 4202 East Fowler Avenue SVC-
4010 Tampa Florida 33620.
Schedule of Work: Projects will be set by University of South Florida I.T.
representative on a project-by-project basis as they develop within the University.
UNIVERSITY OF SOUTH FLORIDA Invitation to Negotiate #13-27-MH Outside Plant (Communications)
24
Performance Bonds: The issuance of a performance bond is required. See Special Condition
#9, page 10.
Liquidated Damages: See Special Condition #10, page 10.
Insurance Requirements: See Special Condition #56, page 18. Reference all campuses. USF
shall
be listed as additional named insured.
Testing: Fiber will be tested with OTDR and light meter for continuity. This test will be
performed at 850 nm and 1300nm for multi-mode fiber and 1310 nm and 1550 nm for single-
mode. The criteria for failure will be determined using industry standard dB levels for
the distance and type of fiber being tested. Splices of 0.50 dB or greater are not
acceptable. The vendor will furnish electronic file for University’s files. Copper will
be tested for continuity, shorts, and grounds. Failure of more than 1 pair in 100 pair
constitutes a failure of cable system. Successful tests and transmittal of these tests
to, USF Information Technologies Donald Gilbert, Telecommunications OSP Coordinator 813-
974-2224, will enable any and all invoices to be paid. Payments will be made according to
the Division of Purchasing’s Regulations. See Special Condition #30, page 13.
As-Built Drawings: All work shall include detailed As-Built Drawings with the following
requirements: 1. GPS Coordinates for all Maintenance Holes and Entrances into any
structures. 2. Butterfly or equivalent drawings of Maintenance Holes infrastructure
walls. 3. Bore Logs or AutoCAD drawings of pathways for all conduits installations.
As-built drawings shall be distributed to USF Information Technologies Donald,
Telecommunications OSP Coordinator 813-974-2224, which will enable any and all invoices
to be paid.
Scope: To establish a long term agreement with contractor for the purpose of Outside
Plant Construction and Maintenance.
List of Approved Materials and Methods: The words AT&T and Lucent Technologies may be
used independently of each other, but it is understood that they mean the same in regard
to materials. All dimensions are in feet unless otherwise stipulated. All substitutions
must be approved in writing prior to bid submission.
1. Fiber Optics (62.5 micron) multi-mode (loose tube, filled)
2. Fiber Optics (8 micron) single-mode (loose tube, filled)
3. ST Connectors for multi-mode fiber terminations
4. SC Connectors for single mode terminations
5. Fiber splicing will be via fusion method only with mechanical protection, heat shrink
style
6. Fiber breakout kits will be required at LIU for termination
7. Copper Cable of noted pair count, Single Sheath, Filled water blocking gel, 24 awg.
(except where noted)
8. Splice Cases specs PLP,COYOTE (size determined by count)
9. Reenter able encapsulant must be used 3M or equivalent
10. Splicing of copper via AT&T 710 tool with appropriate 25 pair module or 3m MS squared
pluggable 25 pair modules with sealant boxes where appropriate.(no other substitution
permitted)
11. Splices shall be grounded at each Manhole/Pullbox
12. Manholes or Sidewalk Pullboxes Brooks Product or Southeast unless approved PRIOR to
bid submission ( see details on schematic regarding dimensions and construction
material)
13. Manhole package to include necessary racking, steps (12-inch), and optionally
ladders, if required (quantities to be determined by size of manhole / pullbox)
UNIVERSITY OF SOUTH FLORIDA Invitation to Negotiate #13-27-MH Outside Plant (Communications)
25
14. Lids for sidewalk pull boxes shall be labeled with the Letters USF and be hinged for
easy access opening and must adhere to H.20 Traffic rating specifications
15. Conduit 4-inch inner diameter (I.D.) Schedule 40 polyvinyl chloride (PVC) color Grey
16. Polypipe color orange rated SDB-13.5 4- inch inner diameter (I.D.)
17. Innerduct or MaxcellCORRUGATED CONSTRUCTION 1.25 inch inside diameter
equipped with a mule tape or 0.25 inch polyethylene rope 600 LB. Tensile strength
18. All conduits shall be proven via the installation of 0.25 inch polyethylene rope 600
LB.Tensile strength, which shall be left in place.
19. All conduits and innerduct shall have a duct plug installed to keep debris from
entering conduit.
20. All work shall conform to existing Federal, State, and Municipal codes including OSHA
safety regulations.
21. See Facilities Planning Appendix D for current Materials Specifications for above
technologies.
UNIVERSITY OF SOUTH FLORIDA Invitation to Negotiate #13-27-MH Outside Plant (Communications)
26
SPECIFICATIONS CONTINUED
ALL MATERIALS WILL BE PAID BY THE UNIVERSITY OF SOUTH FLORIDA INFORMATION TECHNOLOGIES
SUBMITTED INVOICE COST PLUS 10%
SPECIFICATIONS AND PRICING SHEETS
PLACE GROUND RODS
This unit includes hauling the ground rods to the work location and installing, either
mechanically or manually, the number of rods required to obtain the ground as indicated
on the work drawing. This includes megger testing grounds requiring the installation of
multiple rods (includes megger testing) or a single rod, as applicable.
Item # Price
1. __________each
Megger Testing of existing Grounds 2. ___________each
PLACE GROUND WIRE
Includes hauling material to the job site and attaching ground wire to the item being
grounded (or bonded) to an aerial ground such as Power University multi-grounded neutral,
grounded messenger strand, ground rod or a properly installed pole butt ground.
Note: This is not to be confused with ground wire placed in conjunction with placing and
grounding a protector.
Item# Price
2. __________each
REMOVE/TRANSFER WIRE TERMINAL
Includes the removing or transferring of wires from the terminal, removing or
transferring terminal and hauling it to designated storage area
3. __________each
BURIED PLANT SECTION
CONSTRUCTION DEWATERING
The contractor shall comply with all applicable Federal and State Regulations governing
of water from construction dewatering activities. Verification of compliance may be
requested by University at any time. Verification of compliance may include, but is not
limited to; laboratory analysis reports, and permit documentation, exemption
documentation, etc.
PUMPING OF UTILITY MANHOLES
All utility manhole pumping activities which result in a discharge of water to surface
waters or storm sewer drains, must be conducted in accordance with all applicable
Federal, State and Local regulations, ‘ applicable law ‘. Prior to pumping water from
utility manholes the contractor shall, at a minimum, test the manhole for flammable and
explosive atmospheres, perform a visual inspection for evidence of petroleum pollutants
and conduct other reasonable and necessary tests under the circumstances to identify the
presence of suspected pollutants.
UNIVERSITY OF SOUTH FLORIDA Invitation to Negotiate #13-27-MH Outside Plant (Communications)
27
Evidence of petroleum pollutants includes visible free petroleum product, diesel or
gasoline orders, and/or visible sheen across the water’s surface. Where floating
petroleum product is not identified, but other visual and olfactory signs indicate
potential contamination, the water cannot be discharged to storm water manholes, streets,
surface waters or rights of way until tests indicate the water is free of pollutants.
When a contractor identifies a manhole which appears to have polluted water, the
contractor shall report the condition to a USF Representative and wait for instructions
before proceeding with any pumping operation. USF management will make necessary
arrangements to have the water analyzed and removed by a licensed hazardous waste
disposal Company if required.
CABLE DEPTH SPECIFICATIONS
All cable is to be buried at a minimum depth of 24” or as specified on the construction
drawings. Any deviations from the required depth will require the concurrence of the
University.
BURY CABLE ANY METHOD
This covers hauling cable (all types) to the job site and all work required to install it
in the ground according to the University specifications. Prices for this work operation
apply to the total footage’s of cable installed, including cable placed in laterals to
pedestals or poles. This includes plowing parallel to existing facilities, foreign
utilities, fences, mailboxes and signs, etc. Note: This includes excavation, backfilling
and compaction, removal & restoration of sod, seeding & mulching to the satisfaction of
the University, customer and regulatory agencies.
Item# Price
Copper Cable (All sizes) Minimum Cover 24 5. ___________per. ft.
Copper Cable (All sizes) Minimum Cover 30 6. ___________per. ft.
Copper Cable (All sizes) Minimum Cover 36 7. ___________per. ft.
Copper Cable (All sizes) Minimum Cover 42 8. ___________per. ft.
Copper Cable (All sizes) Minimum Cover 48 9. ___________per. ft.
Fiber Cable (All sizes) Minimum Cover 24 10. ___________per. ft.
Fiber Cable (All sizes) Minimum Cover 30 11. ___________per. ft.
Fiber Cable (All sizes) Minimum Cover 36 12. ___________per. ft.
Fiber Cable (All sizes) Minimum Cover 42 13. ___________per. ft.
Fiber Cable (All sizes) Minimum Cover 48 14. ___________per ft.
Note: Included in the placement of fiber optic cable is the placement of warning tape
12’ below the surface, back pulling, figure eighting of the cable when required to bypass
obstacles or to pass through a bore.
An additional charge will be added to the unit prices for each 12” increment or part
thereof in excess of 48” in depth. Item # Price
15. ____________per. ft.
Additional charge for Rock 16. ____________per. ft.
Note 1: An excavation for buried plant shall be considered rock only when blasting or
mechanical means of removal are required. In the event of a disagreement regarding the
nature of excavated material, the University shall make the final decision, Contractor
shall bill University accordingly.
UNIVERSITY OF SOUTH FLORIDA Invitation to Negotiate #13-27-MH Outside Plant (Communications)
28
SPECIFICATIONS AND PRICING SHEETS CONTINUED
Note 2: Cable placed in or across drainage ditches must be a minimum of 36” deep for
copper. For fiber optic cable the minimum depth across drainage ditches will be 48”.
From cultivated or non-cultivated areas from drainage ditches from pedestal to pole,
minimum depth for copper will be 36” and 48” for fiber optic cable, or as specified on
the work drawings by engineering.
REMOVE BURIED CABLE ANY METHOD
This covers all work required to remove all types and sizes of cable from the job site
and haul to the University designated area. Prices are for total footage and include
cable in closures or riser poles. In addition these prices will include all excavation,
backfilling and compaction, removal & restoration of sod, seeding & mulching to the
satisfaction of the University, customer and regulatory agencies.
17. ____________per. ft. PRE RIP PLOW LINE
This unit is required to clear obstacles which would cause a deviation in the proposed
route and to ensure proper depth can be maintained. This unit will be used only with
prior University approval 18. _____________per. ft.
PLACE CABLE/CONDUIT IN OPEN TRENCH DUG BY OTHERS
This operation covers hauling the cable to the job site and all required handling to
place it in an open trench dug by others.
Place Cable (All Sizes) 19. _____________per. ft.
Place Metallic/Plastic Pipe 20. _____________per. ft.
Place Subduct 21. _____________per. ft. Additional charge for backfilling if requested by the University
22. _____________per. ft. BURY ADDITIONAL CABLE/PIPE IN SAME OPERATION
An additional charge, as follows, will be added to the Unit Prices, as applicable,
when placing additional cables/pipes in the same burying operation. Note:
Includes multiple duct conduit (example Tel-duct 3-way 1 ¼” conduit).
Copper Cable (All Sizes) 23. _____________per. ft.
Metallic/Plastic Pipe (All Sizes) 24. _____________per. ft.
Fiber Cable/Subduct 25. _____________per. ft. An additional charge will be added to the unit prices for each 12” increment
or part thereof in excess of 48” in depth. 26. _______________each
PUSH PIPE
This covers hauling the pipe to the job site, supplying and using all necessary
tools and equipment, all required digging in connection with the operation, and
installing the pipe where required by pushing pipe. This also includes backfilling
and compaction, removal and restoration of sod and seeding & mulching to satisfy
University, customer and governmental agencies. If after two attempts installation
is not possible, contact the local University supervisor or the OSP engineer for
instructions. An attempt is defined by moving location at least 24”. The final
decision is at the discretion of the University. Item # Price
Push Pipe, 2 ½”-4’’ Minimum Cover 24 27. _____________per. ft.
Push Pipe, 2 ½”-4”, Minimum Cover 30 28. _____________per. ft.
Push Pipe, 2 ½”-4”, Minimum Cover 36 29. _____________per. ft.
Push Pipe; 2 ½”-4”, Minimum Cover 42 30. _____________per. ft.
Push Pipe, 2 ½”-4”, Minimum Cover 48 31. _____________per. ft.
Push Pipe, over 4”, Minimum Cover 24 32. _____________per. ft.
Push Pipe, over 4”, Minimum Cover 30 33. _____________per. ft.
Push Pipe, over 4”, Minimum Cover 36 34. _____________per. ft.
Push Pipe, over 4”, Minimum Cover 42 35. _____________per. ft.
UNIVERSITY OF SOUTH FLORIDA Invitation to Negotiate #13-27-MH Outside Plant (Communications)
29
SPECIFICATIONS AND PRICING SHEETS CONTINUED Item # Price
Push Pipe, over 4”, Minimum Cover 48 36. _____________per. ft. An additional charge will be added to the unit prices for each 12” increment,
or part thereof, deeper than 48”.
37. _____________per. ft.
ROCK BORING
Additional price as follows will be added when rock is encountered sufficient to
require use of a non-standard auger head.
Rock Boring, Minimum Cover 24 38. _____________per. ft.
Rock Boring, Minimum Cover 30 39. _____________per. ft.
Rock Boring, Minimum Cover 36 40. _____________per. ft.
Rock Boring, Minimum Cover 42 41. _____________per. ft.
Rock Boring, Minimum Cover 48 42. _____________per. ft. An additional price, will be added to the unit prices for each 12” increment
or part thereof, deeper than 48” deep.
43. _____________per. ft. PUSH ROD OR NON-CASED BORE-DRIVEWAYS/ROADWAYS
This covers a non-cased boring operation to pull cable under obstructions such as
driveways/roadways or trees when a pipe/casing is not required. This will include
all
required pits.
Place Bore l’ - 3’ 44. ____________per. ft.
Place Bore larger than 3’ 45. ____________per. ft.
BURY STEEL PIPE - 6” AND SMALLER - ANY METHOD
SPECIFICATIONS AND PRICING SHEETS CONTINUED
This covers hauling pipe to job site and burying it by any method. It includes
excavation, backfilling, compaction and restoration of sod/seed & mulch to
satisfaction of the University, customer and governmental agencies.
Bury Steel Pipe 6” & smaller Minimum Cover 24 46. _____________per. ft.
Bury Steel Pipe 6” & smaller Minimum Cover 30 47. _____________per. ft.
Bury Steel Pipe 6” & smaller Minimum Cover 36 48. _____________per. ft.
Bury Steel Pipe 6” & smaller Minimum Cover 42 49. _____________per. ft.
Bury Steel Pipe 6” & smaller Minimum Cover 48 50. _________________ft. Each additional pipe when more than 1 pipe is required in the same trench.
51. _____________per. ft. An additional price, will be added to the unit prices for each 12” increment or
part thereof, deeper than 48”. 52. _____________per. ft.
BURY PLASTIC PIPE - 6” AND SMALLER - ANY METHOD
This item includes multiple duct conduit (example Tel-duct 4-way 1 ¼” conduit).
Any required couplings are also included.
6” & smaller Minimum Cover 24 53. ____________per. ft.
Bury Plastic Pipe 6” & smaller Minimum Cover 30 54. ____________per. ft.
Bury Plastic Pipe 6” & smaller Minimum Cover 36 55. _____________per. ft.
Bury Plastic Pipe 6” & smaller Minimum Cover 42 56. _____________per. ft.
Bury Plastic Pipe 6” & smaller Minimum Cover 48 57. _____________per. ft.
Each additional pipe when more than 1 pipe is required in the same trench.
58. _____________per. ft.
UNIVERSITY OF SOUTH FLORIDA Invitation to Negotiate #13-27-MH Outside Plant (Communications)
30
SPECIFICATIONS AND PRICING SHEETS CONTINUED
PLACE “U” CABLE GUARD/PROTECTIVE PLANIUNG OVER BURIED CABLE
This covers hauling the material to the required job site, clearing away sufficient
dirt and placing the “U” guard/planking horizontally over the cable to protect it
from dig-in damage at locations where the cable may be more susceptible to damage
such as where it crosses over road culverts. Item # Price
59. _______________each
PLACE CABLE / INNERDUCT IN CONDUIT
This operation covers loading of cable or innerduct onto the Contractors
vehicle(s), transporting it to the job site and pulling it into underground, direct
buried, or building conduit. This includes pumping out and ventilating manholes,
as applicable; “rodding” the duct; pulling in the winch line and pulling the
appropriate size leather washer or wire brush duct cleaner, attached in line with
the winch, through the duct ahead of the cable. This will also include maintaining
all required air pressure. These prices apply to cable/innerduct pulled into
underground duct runs between manholes, building conduit and to direct buried ducts
which require the same procedures.
Place cable in conduit 60. _____________per. ft.
Place lnnerduct in conduit 61. _____________per. ft. Additional charge for each additional cable/innerduct when more than one (1)
cable/innerduct is required. 62. _____________per. ft.
BURY SUBDUCT FOR FIBER CABLE
This covers hauling subduct to the job site and burying it with any required
couplings.
Item # Price
Place one (1) subduct 63. _____________per. ft. Each additional subduct when more than one (1) subduct is required.
64. _____________per. ft.
PLACE FIBER OPTIC CABLE IN SUBDUCT
The rate for placing fiber optic cable in subduct includes loading of cable and
transporting it to the job site and pulling it, in direct buried subduct. It also
includes excavating, backfilling and restoration of all intermediate access pits
required as pull holes to assist in pulling cable into buried subduct
65. ____________per. ft.
REMOVE UNDERGROUND CABLE
This covers all work operations necessary to remove cable from duct systems between
manholes or from direct buried duct and plugging the ducts after the cable has been
removed. This includes the required care to remove such cable and transport it to
a designated storage location.
66. _____________per. ft.
UNIVERSITY OF SOUTH FLORIDA Invitation to Negotiate #13-27-MH Outside Plant (Communications)
31
SPECIFICATIONS AND PRICING SHEETS CONTINUED
MANDREL DUCT/INSTALL PULL WIRE
This operation applies to mandrelling ducts at the request of the University to
determine the condition of the duct. This operation covers pumping and ventilating
manholes, “rodding” the ducts and the necessary steps to pull the required size of
mandrel through the ducts. It also includes pulling in behind the mandrel a pull-
in wire (or acceptable substitute), if requested by the University.
Item # Price
67. _____________per. ft.
LACE FIBER OPTIC CABLE IN CONDUIT / INNERDUCT
This operation covers loading of fiber optic cable and transporting it to the job
site and pulling it into underground or building conduit. This includes pumping
out and ventilating manholes, “rodding” the duct, pulling ahead of the fiber optic
cable, the appropriate size leather washer or wire brush duct cleaner in line with
the winch line and securing fiber optic cable to manhole walls with cable cleats.
68. _____________per. ft.
REMOVE UNDERGROUND FIBER OPTIC CABLE
This covers the necessary work operations to remove cable from any duct system and
transport it to a designated storage location. It also includes plugging the ducts
after the cable has been removed.
69. _____________per. ft REMOVE INNERDUCT
This covers all work operations necessary to remove innerduct from duct systems between
manholes or from direct buried duct. This includes the required care to, remove such
innerduct without its getting damaged and place it on a reel and transport it to a
designated storage location.
70. _____________per. ft.
DIG/FILL SPLICE PIT - SAME DAY
This covers the digging/backfilling, by any method, splice pits large enough for
the splicer to properly perform all required splicing operations. Hourly Rate may
be charged only as follows:
~ Splice pits requiring bracing or shoring.
~ Splice pits dug in fluid soil. (This condition exists when water is constantly
washing soil into the pit requiring shoring and/or the use of a water pump to keep
water out of the pit.
~ Splice pits five feet or more in depth.
~ Splice pits in rock, marl, or “gumbo” requiring use of a pick.
~ Splice pits at locations -requiring cutting of thick tree roots. Hourly Rates do
not apply when only a few, scattered roots are encountered.
Hourly Rate charges for digging splice pits are to be charged only with prior
University approval. The use of water pumps in connection with digging splice pits
will be considered a part of the “Splices Truck E/W Tools” and Hourly Rate
compensation will be made under that billing category when applicable. At no time
will Hourly Rate and Unit Rate both be charged for the same splice pit.
Item # Price
Dig/Fill Straight Splice Pit 71. _______________each
Dig/Fill Lateral Splice Pit 72. _______________each
UNIVERSITY OF SOUTH FLORIDA Invitation to Negotiate #13-27-MH Outside Plant (Communications)
32
SPECIFICATIONS AND PRICING SHEETS CONTINUED
SPLICE PIT (RETURN VISIT)
This covers the backfilling, by any method. It also includes the pit being properly
tamped as it is being filled and, where applicable, grass sod restored and tamped.
Where sod is not used, the dirt will be distributed and leveled so as to be
accepted by property owners or by local state governmental authorities and the
University. It also includes, where applicable, seeding and mulching the splice
pit area. This covers the required preparation of the soil and seeding with a
governmental agency approved grass seed. This also includes furnishing and
spreading of the necessary amount of mulch. This will only be paid with prior
University approval. Item # Price
73. _______________each
PLACE/REMOVE CABLE WARNING (OR ROUTE) SIGN OR POST
Place/Remove Warning Sign/Marker Post
74. _______________each POURPAD
This unit includes hauling material to job site, surface preparation, pad and
template installation and surface restoration. A template will be provided by the
University; other materials are the contractors responsibility. Also included will
be the placement of any required conduits. 75. _______________ sq. ft
SAW AND REMOVE ASPHALT PAVEMENT
This covers the furnishing of all tools and equipment and the breaking up and
removal of asphalt pavement in situations where a concrete cutting saw is required
and used in connection with the asphalt pavement removal. It includes the prompt
removal and proper disposal of removed asphalt from the job site.
76. ______________sq. ft.
RESTORE ASPHALT PAVEMENT
This covers the furnishing of all required materials and restoring asphalt pavement
to original condition or to comply with the applicable local specifications, if
such specifications are more stringent.
77. ______________sq. ft. SAW AND REMOVE CONCRETE
This covers the furnishing of all required tools and equipment and breaking up and
removing concrete when a concrete saw is required and used in connection with the
concrete removal. It includes the prompt removal and proper disposal of the old
concrete from the job site.
78. _______________sq. ft.
RESTORE CONCRETE
This covers the furnishing of all required materials and restoring concrete
pavement to original condition or to comply with the applicable local
specifications, if such specifications are more stringent.
79. _______________sq. ft. REMOVE BRICK PAVEMENT
This means to furnish all required tools and equipment to remove brick pavement. It
includes the prompt removal and proper disposition of the bricks from the job site,
unless they are to be re-used. If the bricks are to be re-installed, this
operation also covers the proper and safe storage of the bricks until they are
ready for re-use
80. _______________sq. ft.
UNIVERSITY OF SOUTH FLORIDA Invitation to Negotiate #13-27-MH Outside Plant (Communications)
33
SPECIFICATIONS AND PRICING SHEETS CONTINUED
RESTORE BRICK PAVEMENT (USING REMOVED BRICKS)
This covers the furnishing of all required tools, equipment and miscellaneous
materiel required and to restore brick pavement to the satisfaction of the local
authority, public or private, as the case may be.
Item # Price
81. _______________sq. ft. RESTORE GRAVEL, CRUSHED ROCK OR LIMEROCK
This covers the furnishing and hauling to the job site either of the required type
materiel, furnishing all required tools and equipment, properly placing and tamping
according to prevailing State, County, or Municipal specifications. This covers
placing new gravel, crushed rock or limerock, as applicable, in parking areas, open
cuts across roads and streets, etc.
Six inch (6”) increments 82. _______________sq. ft.
WATERING SOD
This item applies when an additional water application to “in place” sod, under
extremely dry conditions, is requested by the University
. 83. _______________sq. ft.
REMOVE AND REPLACE SOD
This covers furnishing tools, equipment and new sod, if required, and all necessary
work operations to remove sod, as required, and, replacing the same or new sod,
according to prevailing conditions and requirements. This applies only to
locations where sod, when removed, has to be replaced; therefore, the Contractor
may remove and temporarily store the sod and then re-use it, otherwise, new sod
should be installed
84. ______________sq. ft.
Note: Where new sod is required, the State or Federal Department of Agriculture pest
control requirements regarding imported fire ants must be satisfied. When required, the
Contractor must furnish written certification that the sod used was obtained from an area
outside the zone of quarantine of the imported fire ant or that the sod is free of the
imported fire ant.
SEED/MULCH/STRAW
This covers the required preparation of the soil, furnishing fertilizer and seed,
and fertilizing and seeding with a governmental agency approved grass seed. This
also includes furnishing and spreading of the necessary amount of mulch. Tack is
included when required by state DOT.
85. ______________sq. ft. PLACE PEA GRAVEL IN EXISTING PEDESTAL
This covers transporting to the job site, pea gravel or an approved urethane type
foam, and placing it in the base of an existing pedestal to form a moisture
barrier. It also includes plugging the drop wire channel with duct plug.
4” - 1 0” pedestal 86. _______________each
Over 1 0” pedestal 87. _______________each
RAISE/LOWER MANHOLE FRAME
This includes all necessary materiel, equipment, and labor necessary to raise/lower
the manhole frame to the required level.
Up to 12” using masonry and/or bricks 88. _______________each Each additional 6” increment using masonry and/or brick
89. _______________each
UNIVERSITY OF SOUTH FLORIDA Invitation to Negotiate #13-27-MH Outside Plant (Communications)
34
SPECIFICATIONS AND PRICING SHEETS CONTINUED
Note. Excavation and restoration associated with raising or lowering manhole frame
will be billed at the appropriate Unit Rate as defined in the unit work description
for the work operations.
CORE BORING IN OFFICE VAULTS AND/OR MANHOLES
This includes furnishing of all equipment and labor necessary to core bore a hole
through the concrete wall of a Wire Center vault or manhole for the purpose of
installing cable, load coil stub, conduit, etc. It also includes sealing around
the duct terminator, sleeve or conduit as applicable. Item # Price
90. _______________each
PLACE SPLICE BOX
This includes all equipment required for hauling the splice box from the storage
location to the job site, all excavating and placement of the splice box at the
required depth. It also includes termination and sealing conduits, backfiring the
excavation and placing the proper amount of cover over the box when requested. It
includes compaction, removal and restoration of sod, seeding & mulching to satisfy
the University and governmental agency requirements. All other surface restoration
will be invoiced at the appropriate rates as defined in the unit work description
for the work operation. Place splice box, concrete, fiber glass, plastic
91. _______________each Note: Includes installation of ground wire and associated hardware when required.
DIRECTIONAL GUIDED BORING
This includes hauling all required material to the job site, excavating,
backfilling and restoration of all required surface access pits and launching and
receiving pits. Additionally it includes transporting and setting up all equipment
used to perform the Directional Guided Boring operation and installing the cable or
conduit. (University will accept billing for directional boring, and any
conduit/subduct placement only when the design engineer specifies on the work
drawings.)
Single cable/subduct/conduit up to 2.0 inches 92. _____________per ft.
Single cable/subduct/conduit from 2.25 inches to 4.0 inches
93. _____________per ft. Single cable/subduct/conduit from 4.25 inches to 6 inches
94. _____________per ft. Additional cable/subduct/conduit up to 2.0 inches
95. _____________per ft. Additional cable/subduct/conduit from 2.25 inches to 4.0 inches
96. _____________per ft. Additional cable/subduct/conduit from 4.25 inches to 6 inches
97. _____________per ft.
Stream Crossing up to 4 inches 98. _____________per ft.
Stream Crossing from 4.25 inches to 6.0 inches 99. _____________per ft.
Additional stream crossing up to 4 inches 100. _____________per ft.
Additional stream crossing from 4.25 to 6 inches 101. _____________per ft. Clarification: Use of word Underground means in Manhole or Pullbox system;
UNIVERSITY OF SOUTH FLORIDA Invitation to Negotiate #13-27-MH Outside Plant (Communications)
35
SPECIFICATIONS AND PRICING SHEETS CONTINUED
Buried is Direct Buried
Note: For billing purposes, the largest diameter cable/subduct/conduit (material item)
will be considered the main material item placed.
WORK OPERATIONS FOR WHICH NO UNIT PRICES HAVE BEEN ESTABLISHED WILL BE PERFORMED ON
HOURLY RATES WITH PRIOR UNIVERSITY APPROVAL
BURIED SERVICE WIRE SECTION
When buried service wire is buried in any road right-of-way, compliance with all
federal, state, and local regulations is required.
PLACE BURIED SERVICE WIRE - ANY METHOD
This unit price applies to all buried service wire regardless of the installation
method used. The unit price includes hauling the buried service wire -from the
storage location to the job location and all labor & equipment required for
placing. This operation also includes the restoration of all public and private
property to its original or satisfactory condition. This includes removal and
restoration of sod or seeding & mulching as applicable. This also includes sealing
buried service wire chute with approved sealant, i.e. perma gum and placing pea
gravel as required.
Note 1: When charging for footage of wire installed, the Contractor is to bill
only for footage which is directly buried after service wire is placed in
service. Waste or required coil for termination is not to be billed for.
Note 2: Each buried service wire 1-6 pair will be considered an individual Unit
for billing.
Note 3: Basic service wire installations include:
All trenching by any method
Splicing reel ends when applicable or the interception of an existing
service wire.
Ground fault readings and continuity test.
Completion of all forms
Placement of house risers and trailer stakes
The following are minimum guidelines for the placement of buried service wire and
each municipality may have more stringent requirement that must be followed.
Minimum Depth on State right of way 24”
Minimum Depth in soil 12”
Minimum Depth in rock 6”
Minimum Depth under sod ditch 36”
Minimum Depth under pavement 36”- 48”
Minimum Depth under cultivated area 36”
Item # Price
1 ft through 150 ft 102. _______________each
Additional to Items over 150 ft 103. _____________per. ft.
PLACE IN OPEN TRENCH
This unit consists of the necessary labor for installing BSW in a trench previously
opened by others. This includes placing a minimum 6” tamped soil for separation
purposes when required.
104. _____________per. ft.
UNIVERSITY OF SOUTH FLORIDA Invitation to Negotiate #13-27-MH Outside Plant (Communications)
36
SPECIFICATIONS AND PRICING SHEETS CONTINUED
BACKFILL TRENCH OPENED BY OTHERS
This unit consists of the necessary labor for backfilling of trench opened by
others for placement of BSW. This also includes all clean up and restoration.
Item # Price
105. _____________per. ft.
ADDITIONAL CHARGE FOR BURYING BSW IN EXCESS OF 12” IN DEPTH
Additional charge, as follows, will be added when Contractor is required to bury
BSW in excess of 12” in depth.
106. _____________per. ft. Note: The additional rate established in contract item will be accepted only when
required and approved in advance by the University.
SIDEWALK BORE
This covers a non-cased boring operation to pull cable under obstructions such as
sidewalks or trees when a pipe/casing is not required.
107. ____________per. ft. CUT OVER BURIED SERVICE WIRE
Included in the price of cutover is:
Termination, bond and/or grounding of the BSW at the terminal and protector.
(includes placing transferring or removal of protector/NID) where applicable.
Dial revert and subscriber loop transmission/noise test to insure proper service to
the customer has been provided.
Removal of temporary/existing BSW and any unused house attachments
(including two (2) spans of temporary or aerial drop.)
Next day call back to assure customer satisfaction.
108. ______________each
SPLICE BURIED SERVICE WIRE
This Unit Price will apply when an existing buried service wire is in trouble or
cut and requires a maintenance splice. This price includes all excavation and
backfilling necessary to splice the buried service wire with the University
furnished materiel. This price will not apply when the Contractor cuts existing
buried service wires while installing new ones. In this case, the existing buried
service wire will be repaired without cost to the University. The buried service
wire will be spliced and encapsulated per the University’s System Practices. This
is a per splice Unit Price. If a piece of buried service wire is spliced in,
requiring two (2) butt splices, two (2) splices will be billed for.
109. ______________each
CABLE SPLICING SECTION
STRAIGHT SPLICE - AERIAL / UNDERGROUND / BURIED
This covers the permanent connecting of the Wire Center end and the field end of a
cable pair not involving any bridging at aerial, underground and buried splice
locations. It includes all associated bonding and grounding, as required, in
connection with the splicing operation arranging the cable for splicing,
identification and isolation of conductor binder groups, as required. This
operation does not include splice enclosure, encapsulation nor digging splice
UNIVERSITY OF SOUTH FLORIDA Invitation to Negotiate #13-27-MH Outside Plant (Communications)
37
SPECIFICATIONS AND PRICING SHEETS CONTINUED
pits. Splicing to be completed utilizing Sprint approved connectors. Includes the
placement of sealant boxes on module splices where required.
Note 1: Spare pairs and interstitial pairs are not to be included when
determining Unit Prices to be paid for cable splicing. For example, when
splicing a 303 pair cable, the Unit Rate to be charged will be the rate for a
300 pair splice.
Note 2: For billing purposes pairs to be billed will be a lump sum total of
the pairs spliced regardless of the number of cable sheaths.
Item # Price
1-400 pair
Underground PIC 110. _______________pair
Buried/Aerial PIC 111. _______________pair
401 pair and over Underground PIC 112. _______________pair
Buried/Aerial PIC 113. _______________pair
PRE-CONNECTORIZED SPLICING
This includes all cables, stubs, blocks, building entrance protectors, pair gain
devices, or any other apparatus with pre-connectorized conductors and any
associated or incidental work, such as placing or removing modules/blocks will be
included in the unit price of this item. Make up for this item will be billed
under appropriate work operation. This covers the permanent connecting of
individual wires of a pair to the individual wires of another pair. It includes
all associated bonding and grounding as required in connection with the splicing
operation. It also includes permanent binder group identification and stenciling,
including placing decal and setting up of cables as required in connection with
completion of the splice. Payment will be for total pairs splice.
1-400 pair 114. _______________pair
401 pair and over 115. _______________pair
SPLICE CLOSURE- (REMOVE/REPLACE) AERIAL/UNDERGROUND/BURIED
This unit rate will be billed when it is necessary to remove and re-enter a closure
from an existing splice for the purpose of splicing additional cable pairs. This
applies only to sealed type splice closures. It includes ensuring proper bonding,
re-installation of closure and flash testing the closure and changing of end plates
as required.
Closure Size - 6 ½” and smaller
Underground Closure 116. _______________each
Buried/aerial Closure 117. _______________each
Closure Size - over 6 ½”
Underground Closure 118. _______________each
Buried/aerial Closure 119. _______________each End Plates - 6 ½” and smaller
Underground Closure 120. _______________each
Buried/aerial Closure 121. _______________each End Plates - over 6 ½ ”
Underground Closure 122. _______________each
Buried/aerial Closure 123. _______________each
UNIVERSITY OF SOUTH FLORIDA Invitation to Negotiate #13-27-MH Outside Plant (Communications)
38
SPECIFICATIONS AND PRICING SHEETS CONTINUED
BRIDGE TAP SPLICE OF AERIAL/UNDERGROUND/BURIED CABLE CUT
This applies to splices made when the cable has been cut at aerial, underground and
buried splice locations. It covers the permanent connecting of each wire of a pair
to the corresponding wire of another pair, or pairs, so as to form a joint between
three or more wires. Where a splice requires the connecting of three or more wires
in the same joint, payment will be made for the total number of pairs bridged. This
work operation includes all associated bonding & grounding, identification and
isolation of conductor binder groups, placing and “setting up” of the cable
stub(s), as required, and the complete installation of the applicable splice
enclosure. Splice encapsulation or digging and filling splice pits is not
included.
Item # Price
1-400 pair
Underground PIC 124. _______________pair
Buried/Aerial PIC 125 _______________pair 401 pair and over
Underground PIC 126. _______________pair
Buried/Aerial PIC 127. _______________pair
BRIDGE TAP SPLICE OF AERIAL/MANHOLE/BURIED CABLE NOT CUT
This applies to splices made when the cable has not been cut at aerial, underground
and buried splice locations. It covers the permanent connecting of each wire of a
pair to corresponding wire of another pair, or pairs, so as to form a joint between
three or more wires. Where a splice requires the connecting of three or more wires
in the same joint, payment will be made for the total number of pairs bridged. This
work operation includes all associated bonding & grounding, identification and
isolation of conductor binder groups, placing and “setting up” of the cable
stub(s), as required, and the complete installation of the applicable splice
enclosure. Splice encapsulation or digging and filling splice pits is not
included.
1-400 pair
Underground PIC 128. _______________pair
Buried/Aerial PIC 129. _______________pair 401 pair and over
Underground PIC 130. _______________pair
Buried/Aerial PIC 131. _______________pair
CUT OUT BRIDGE
This operation covers all work necessary to remove the splice enclosure and
disconnect a cable conductor from a conductor to which it has been bridged (twisted
joint or mechanical connector joint). It covers re-insulating, if required, of
the joint from which the bridged conductor was disconnected. It covers rebonding
and grounding but does not cover splice enclosure, encapsulation nor digging and
filling splice pits. If it is necessary to remove the mechanical connector,
resplicing the conductors will be paid at the applicable splicing rate, if approved
in advance by the University.
1-400 pair
Underground PIC 132. _______________pair
Buried/Aerial PIC 134. _______________pair 401 pair and over
Underground PIC 135. _______________pair
Buried/Aerial PIC 136. _______________pair
UNIVERSITY OF SOUTH FLORIDA Invitation to Negotiate #13-27-MH Outside Plant (Communications)
39
SPECIFICATIONS AND PRICING SHEETS CONTINUED
PAIR IDENTIFICATION AND TESTING
TESTING - This means the identification of individual cable -pairs from a Wire
Center or any point of termination by the tone or battery method. Such testing is
not in conjunction with any work operation listed in this contract and will be
paid for only at the request of the University in addition to the unit price of the
work operation with which it is associated. Before testing color coded cable, it
shall be agreed upon by an appropriate University supervisor and the contractor
that such testing is necessary. Item # Price
137. _______________pair
SPLICE FIBER OPTIC CABLE
This covers the permanent connecting of the Wire Center end and the field end of
individual fibers at aerial, underground and buried splice locations. It includes
testing each fiber spliced at each location with an OTDR and furnishing the
University with a copy of the OTDR trace and applicable documentation. It also
includes end to end insertion loss measurements with appropriate test sets, as
prescribed by the University. It includes all associated bonding and grounding, in
connection with the splicing operation, arranging the cable for splicing. This
operation does not include splice encapsulation
nor digging splice pits, when applicable. The splicing method, i.e. fusion or
mechanical, will be specified by the University.
Fusion Single 138. _______________per fiber
Mass Fiber Fusion 139. _______________per fiber
FIELD INSTALLED CONNECTOR
This covers all work necessary to install field installable connectors on the end of the
fiber optic cable to provision for termination of the fiber. The type of connector will
be specified by the University.
Mechanical Polishing Required 140. _______________each
Mechanical Polishing Not Required 141. _______________each
PLACE/SPLICE TIP CABLE
This covers the permanent connecting of the pairs of an entrance cable to the pairs
of main distribution frame terminating cables in a Wire Center. It includes the
splicing of individual and various sizes of tip cables or pre-tipped MDF connectors
to the entrance cable. PIC
142. _______________pair SECTION TRANSFER
This operation covers the transferring of service from a section of working cable
to and through a section of new cable placed parallel with or along another route
from the existing section of cable, regardless of length involved except as
covered in the note below. This includes any required setting up of the new cable
ends, monitoring, and all splicing work required at both ends in opening up the
existing cable and cuffing the new cable into the existing cable in order to change
or relocate the cable feed so that the affected section of existing cable can be
removed from plant. It includes all bonding and grounding as required in
connection with the splices. Payment for this operation will be for the total
number of cable pairs transferred. For example: If a 200 pair section of cable is
transferred into a new larger cable, billing should be for a “200 Pair Section
Transfer.” This work operation does not include splice enclosure encapsulation nor
UNIVERSITY OF SOUTH FLORIDA Invitation to Negotiate #13-27-MH Outside Plant (Communications)
40
SPECIFICATIONS AND PRICING SHEETS CONTINUED
digging and filling splice pits. In the event either or both ends of a section
transfer splice occurs at an existing bridge splice, no other additional splicing
charges will apply.
Item # Price
Underground PIC 143. _______________pair
Buried/Aerial PIC 144. _______________pair
Note: Pair identification in conjunction with section transfer requires prior approval.
CUT SLACK IN CABLE
This covers the transporting of the necessary material to the job site, cable
monitoring, and all required splicing, conductor group identification and
associated bonding and grounding to cut a length of slack, including terminal
loop, in any type of cable. It does not include splice enclosure, encapsulation nor
digging and filling splice pit. For billing purposes the appropriate contract item
number to be used for cut-in slack will be determined by the size of the cable used
to cut in slack or the number of cable pairs involved when cutting in slack. The
same applies when cutting out slack.
Underground PIC 145. _______________pair
Buried/Aerial PIC 146. _______________pair
CUT SLACK OUT OF CABLE
This covers the transporting of the necessary material to the job site, cable
monitoring and all required splicing, conductor group identification and associated
bonding and grounding to cut a length of slack or terminal loop out of any type of
cable. It does not include splice enclosure, encapsulation nor digging and filling
splice pit.
Underground PIC 147. _______________pair
Buried/Aerial PIC 148. _______________pair
CUT IN/CUT OUT LOAD COIL/SATURABLE INDUCTOR/BUILD OUT CAPACITORS
This covers transporting the load coil/saturable inductor/build out capacitors to
the job site and the proper placement (buried, underground or aerial) in
preparation for splicing. It covers the load coil/saturable inductor or build out
capacitors proof testing and necessary splicing to cut a load coil/saturable
inductor or build out capacitors into a cable pair. This includes setting up of
the stubs, as required, in conjunction with the splices. It also includes all
required bonding and grounding associated with the splices. This work operation
does not include splice enclosure, encapsulation nor digging and filling a splice
pit.
Underground PIC 149. _______________pair
Buried/Aerial PIC 150. _______________pair
Note: Only the number of load coils/saturable inductors or build out capacitors
spliced into or cut off cable pairs are to be billed for; not the total number of
load coils/saturable inductors or build out capacitors in a case in which some of
them are left idle.
CUT IN RE-CAP/IKEY BOX SWITCH
This includes transporting the re-cap unit to the job site and placing and securing the
re-cap unit at the splice location. Opening the existing splice closure and changing, to
the appropriate splice closure, including end caps. Setting up existing cables and re-cap
stubs, and all required bonding and grounding. All splicing work required to modify the
UNIVERSITY OF SOUTH FLORIDA Invitation to Negotiate #13-27-MH Outside Plant (Communications)
41
SPECIFICATIONS AND PRICING SHEETS CONTINUED
splice to accept re-cap modular connectors, crimping the re-cap connectors to the
existing cable pairs and installing the closure on the splice. It also includes verifying
the re-cap switch setting with the re-cap test set, connecting control pairs as specified
and verifying pressure on the switch case.
Item # Price
Cut in Re-Cap Switch PIC 151. _______________each
Note 1: The MS-2 module is the only connector authorized for use when installing
re-cap switches.
Note 2: Each switch requires splicing 3 pairs, old office, new office and
subscriber.
Note 3: Control pairs are to be spliced using the appropriate contract item for
straight splicing.
CUT OUT RE-CAP/KEY BOX SWITCH
This includes opening the splice closure and changing to the appropriate splice
closure Including new end caps, all work required to disconnect the re-cap modules
from the existing cable and placement of grease boxes, if required and all work
required to place a permanent closure on the splice. After removal of the switch
change to “A” with re-cap test set, place module protectors on re-cap modules,
place a closure over the re-cap stub.
Cut out Re-Cap Switch PIC 152. _______________each
ADDITIONAL CHARGES FOR SPECIAL CIRCUITS
An additional charge, as follows, will be added to the unit price for each special
circuit (T-1, ISDN, ASDL) pair requiring special handling.
153. _______________pair
CABLE THROW
This covers all work associated with the transfer of cable pairs in a working cable
from one count to another count in the same cable or another cable. It includes
all splicing operations necessary to accomplish the throw; such as removing the
cable sheath/closure, plastic or lead, removing and replacing lead or plastic end
caps as applicable. It also includes the placing and setting up of cable(s) and all
associated bonding and grounding as required. It does not include splice
encapsulation, digging and filling splice pits nor pair identification and testing.
These work functions will be reported under the appropriate contract item number.
If it is necessary to remove the mechanical connector from a bridge spliced pair
when making a cable throw, resplicing the conductors will be billed at the
applicable splicing rate, if approved in advance by the University.
1- 400 pair 154. ______________pair
401 pair and over 155. ______________pair
CLEAR AND CAP
This covers the necessary work operations at each splice to permanently clear ends
of cable pairs so as to make them free of shorts, crosses or grounds and the
capping of such pairs, when applicable, to prevent the entrance of moisture
according to University specifications and instructions.
156 ______________pair
UNIVERSITY OF SOUTH FLORIDA Invitation to Negotiate #13-27-MH Outside Plant (Communications)
42
SPECIFICATIONS AND PRICING SHEETS CONTINUED
TERMINATE CABLE PAIRS
This covers the work necessary at each location to terminate cable conductors on
terminal block lugs, Wire Center distribution frames or on other designated pieces
of equipment by either the terminal wrench, wire wrapping tool, “quick clip,” or
soldering method as appropriate. It also includes numbering (stenciling) the
fanning strips of connecting blocks according to University specifications. Item # Price
157. ______________pair
INSTALL REPEATER MOUNTING POSTS/PEDESTAL
This covers transporting of a repeater mounting post/pedestal to the job site and
properly installing it in the ground. 158. _____________each
PLACE REPEATER HOUSING
This covers the transporting of a repeater housing and placing it according to
University specifications. 159. _____________each
CUT IN REPEATER CASE
This operation covers setting up of repeater stubs, as required, all required
testing and tagging, and all necessary splicing to connect the repeater stubs to
the proper cable pairs. It includes all required bonding and grounding, placement
of cut through cards and includes installation of the splice enclosure. One
spliced pair includes both the “in” and “out” stub splices combined. It does not
cover splice enclosure, encapsulation, digging and filling splice pits.
160. _______________pair
Note: When working on existing repeater pairs, hourly rates may be charged with
prior University approval.
BASIC SPLICE SETUP (UNDERGROUND)
This unit includes the forming and positioning of cables or stubs, installation of
support, set up of complete manhole package and up to one hour of manhole waste
water pumping operation.
161. ______________each
PLACE/REMOVE JUMPERS - MDF
Place jumper covers the installation of two-wire jumper (a pair) which includes all
work necessary to run the wires from the MDF protector block to the line terminal
block, half tap the pair on the line terminal block and terminate the pair on the
MDF protector block. Removing jumper covers the identification of both ends of the
pair of jumper wires, disconnecting them from their point of termination and
removing the old jumpers from the frame. ALL PRECAUTIONS MUST BE EXERCISED TO
PREVENT SERVICE INTERFERENCE.
162. _______________pair
PLACE/REMOVE JUMPERS - OTHER
This covers all work necessary to install two-wire jumper (a pair) from one
connecting block in a X-Box, Back Board, OBT, etc. through bridle loops and
terminate both ends by the prescribed termination method. Removing jumpers covers
the identification of both ends of the pair of wires, disconnecting them from their
point of termination and removing the old jumpers. ALL PRECAUTIONS MUST BE
EXERCISED TO PREVENT SERVICE INTERRUPTION.
163. _______________pair
UNIVERSITY OF SOUTH FLORIDA Invitation to Negotiate #13-27-MH Outside Plant (Communications)
43
SPECIFICATIONS AND PRICING SHEETS CONTINUED
Note: This does not apply when removing jumpers from cross-connect terminals that
have been removed from plant. When a cross-connect terminal is cut out of plant
and it contains jumpers that have to be removed, billing for this operation will be at the Hourly Rate.
Item # Price
164. __________per hour
MAKE UP BURIED CABLE FACILITIES
This covers visiting an existing work location, removal of the cable sheath in loop
through applications and where new cable is placed in existing closures. Includes
bonding and grounding the cable shield(s) (this includes all existing cables and
buried service wires), identifying and tying off conductor groups, placing the
required material to form the moisture barrier in the base of the closure, i.e.,
pea gravel, foam, dirt over plastic, etc., and numbering the closure, all according
to University specifications. It does not include any splicing. For billing
purposes, the cables will be billed total pairs in closure.
1-400 pair cable 165. _______________each
401 pair & larger 166. _______________each
PLACE CABLE IN PAD MOUNTED CLOSURES
Place Cable in Pad Mounted Closures without conduit
167. _______________ft Note: This should be used only when revisiting an existing closure to place
additional cable.
CUT OUT NON-READY ACCESS TERMINALS
This operation covers removing the existing cable enclosure; trimming out terminal
pairs from the cable includes any resplicing for pair continuity; detaching the
terminal from its support, and rearranging cable supports, spacers and replacing
enclosure as required.
168. ______________each
PLACE/REMOVE CONNECTING BLOCK/TERMINAL BLOCK
This covers transporting the connecting/terminal block and properly placing or
removing it in any existing or newly placed housing or at any other specified
location. It includes any required bonding or grounding in conjunction with its
installation and stenciling when required. When removing a terminal/connecting
block, it includes disconnecting the cable pairs/jumpers from the block and cutting
off the terminal tail, if applicable, to facilitate removal of the block. All
other work such as clear capping and cut out bridge if applicable, will be billed
using the appropriate contract item.
169. ______________each
PLACE/REMOVE BUILDING ENTRY TERMINAL INSIDE/OUTSIDE
Includes hauling box to the job site and mounting on building wall. This also
includes the removal of the box and returning material to storage area. It does
not include the installation of any connector blocks or making any wire connections
also includes placement of protector modules.
Place 170. ______________each
Remove 171. ______________each
UNIVERSITY OF SOUTH FLORIDA Invitation to Negotiate #13-27-MH Outside Plant (Communications)
44
SPECIFICATIONS AND PRICING SHEETS CONTINUED
PLACE/REMOVE ENCAPSULATE
This covers mixing the two-part compound and pouring the splice enclosure full of
the compound after installation of the splice closure. It is not necessary to hand
pack the splice bundle when using two-part compounds. This does not include
placing of the closure.
Item # Price
Place 172. _______________each
Remove 173. _______________each
PLUG CONDUIT DUCTS
This covers transporting duct plugging materials to the job site and sealing
specified conduit ducts in manholes, cross boxes, splice closures and building
entrance conduit. It covers only the use of approved duct plugging compound or
rubber duct plugs. The Unit Price applies only when ducts are plugged during the
same time that other unit work is performed in the same cable vault or manhole.
Payment for ducts plugged when a special
trip is made will be at Hourly Rates with prior University approval.
174. _____________eac BOND COMPLETE MANHOLE
This covers the installation of bonding ribbon on both sides of a new or existing
manhole where no bonding ribbon had previously been placed. It will be installed
and arranged in accordance with specifications used by the University. It covers
the installation of either one or two strips of bonding ribbon down the sides of
the manhole to accommodate center racked splices or staggered splices, as
applicable. The University will determine, and specify in advance of the work,
whether the manhole is to be equipped with one or two strips of bonding ribbon on
each side.
175. ________ per manhole BOND EXISTING INDIVIDUAL CABLES IN MANHOLE
This covers the bonding of individual existing cables in a manhole to bring the
bonding up to University specifications. It means the use of bonding ribbon
soldered to the existing sleeve and soldered to the manhole bonding ribbon system.
It does not include bonding new cables. (Bonding of new cables is included in the
price of the splicing operation on which the Contractor is working).
176. ______________each
BOND/GROUND EXISTING MESSENGER STRAND
This covers the bonding together of two cable messenger strands with the
appropriate ground wire and connectors or the grounding of a cable messenger strand
to a vertical power neutral or connect to a University ground rod.
177. _____________each UNDERGROUND SPLICE REHAB
This unit will be used when an existing underground splice is entered to
reconstruct the splice. This includes removal and reinstallation of the closure,
rehabilitation of the splice, reforming of the cables, ensuring proper grounding
and bonding and cable group identification, also included is flash testing of the
reinstalled closure.
Underground Splice Rehab 178. ______________each
Pair Reconstruction Splicing 179. _____________per pair
UNIVERSITY OF SOUTH FLORIDA Invitation to Negotiate #13-27-MH Outside Plant (Communications)
45
SPECIFICATIONS AND PRICING SHEETS CONTINUED
CUT OFF/REMOVE ABANDONED CABLE/STUBS BELOW GROUND LINE (MINIMUM 12” BELOW GROUND)
This covers all required excavating to cut all cables a minimum of 12’ below ground
line per terminal/closure location. Also it includes the backfilling and tamping
of earth to its original condition and reinstallation of pedestal seal or pea
gravel (per location). This price also applies when closure/terminal is removed
from plant and not replaced. Item # Price
180. _____________each
OPERATIONS FOR WHICH NO UNIT PRICES HAVE BEEN ESTABLISHED WILL BE PERFORMED AT HOURLY
RATES
Self explanatory.
CUT IN/OUT SLACK EXAMPLES
CUT IN/OUT SLACK
BURIED CABLE
MANHOLE
LD-1. Cut in slack: Regardless of the size of the main cable, the cable required for
the slack/terminal loop from LD-1 to LD-2 determines the contract item for billing
purposes. For example, if the main cable is a 900 pair cable and the loop from LD-1 to
LD-2 is a 50 pair cable, contractor would bill for cutting slack in 50 pair.
LD-3. Cut out slack: Consider the main cable as a 100 pair cable looped through the
pedestal at LD-4. The entire loop is cut off and the main cable spliced through,
contractor should bill for cutting slack out, 100 pair.
LD-5. Bridge Splice: Cutting in/out slack does not apply in this situation.
LD-6. Cutting off and clear capping cable: Cutting in/out slack does not apply in this
situation.
LD-9 to LD-12:
Due to the necessity to reroute the cable from LD-9 to LD-10 it requires a longer length
of cable, however this work operation is considered a section transfer and not cutting in
slack.
The same applies to the shorter length of cable from LD-1 1 to LD-1 2. This is also
considered a section transfer.
LD-13 When it is necessary to cut slack in a cable to facilitate proper racking in a
manhole, the University will accept billing for cutting in slack. Additionally, if it is
necessary to cut slack out of a cable in a manhole to facilitate proper racking, the
University will accept billing for cutting out slack.
UNIVERSITY OF SOUTH FLORIDA Invitation to Negotiate #13-27-MH Outside Plant (Communications)
46
SPECIFICATIONS AND PRICING SHEETS CONTINUED
CONTRACTOR’S HOURLY RATE
CLASSIFICATIONS AND DESCRIPTIONS
SUPERVISOR BY REQUEST
Supervise and perform construction of aerial, buried or underground facilities.
Includes material handling and reporting, billing process, knowledge of University
practices and procedures and understanding of construction drawings. Further
includes all safety equipment, tools, and vehicles as required. This unit is to be
utilized only at the written request of the University. No compensation will be
paid for overtime.
Item # Price
Supervisor (Regular Time) 181. ______________per hr.
EQUIPMENT OPERATOR
Must be qualified to operate all types of trenchers, backhoes, cable plows,
bulldozers, rodder trucks and underground cable retriever etc. Must have valid CDL
license. Includes all safety equipment and tools as required.
Equipment Operator (Regular Time) 182. ______________per hr.
Equipment Operator (Over Time) 183. ______________per hr.
LABORER/FLAGGER
Performs basic construction tasks and traffic control. Personal safety equipment,
as required, are included in this unit.
Laborer/Flagger - (Regular Time) 184. ______________per hr.
Laborer/Flagger - (Over Time) 185. ______________ per hr.
REHAB CABLE SPLICER
The rate for a Rehab Cable Splicer is based upon a minimum of three years of
experience in all phases of cable splicing. Less than three years of experience,
the splicer must be able to demonstrate to the satisfaction of the University
sufficient knowledge of and expertise in the various phases of splicing, Primary
responsibilities will be rehabbing existing splices.
Rehab Cable Splicer (Regular Time) 186. ______________ per hr.
Rehab Cable Splicer (Over Time) 187. ______________ per hr.
CABLE SPLICER
The rate for a Cable Splicer is based upon a minimum of five years of experience in
all phases of cable splicing. Less than five years of experience, the splicer must
be able to demonstrate to the satisfaction of the University sufficient knowledge
of and experience in the various phases of splicing. For a minimum of one year of
such splicing experience the splicer must have performed cable maintenance work and
be experienced in the use of the Biddle major megger, Dynatel, or equivalent, test
sets. The splicer must also be qualified to install pressure blocks, locate and
repair air pressure leaks in pressurized cables.
Cable Splicer (Regular Time) 188. ______________ per hr.
Cable Splicer (Over Time) 187. ______________ per hr.
UNIVERSITY OF SOUTH FLORIDA Invitation to Negotiate #13-27-MH Outside Plant (Communications)
47
SPECIFICATIONS AND PRICING SHEETS CONTINUED
APPRENTICE SPLICER
The rate for an Apprentice Splicer is based upon required attendance in a cable
splicing class for a minimum of forty (40) hours and then having worked full time
for a minimum of three weeks assisting a Journeyman Cable Splicer in the
performance of various phases of cable splicing. During the three week period
working with and assisting a Journeyman Cable Splicer, the Apprentice Splicer must
also have received additional classroom training for a minimum of six hours, per
week, or be able to satisfy the University of required knowledge or experience.
Note 1: Only one Apprentice Splicer may be charged for at hourly rates per
Journeyman Splicer.
Note 2: The Journeyman Cable Splicer must be at the work site when an
Apprentice Splicer is performing splicing work at hourly rates.
Item # Price
Apprentice Cable Splicer (Regular Time) 190. ____________ per hr.
Apprentice Cable Splicer (Over Time) 191. ____________ per hr.
FACILITIES TECHNICIAN
Minimum of 48 months experience in reading and interpreting outside plant work
drawings, preparing line and station transfer sheets, cable transfer sheets and
associated service center records.
Facilities Technician (Regular Time) 192. _____________ per hr.
Facilities Technician (Over Time) 193. _____________ per hr.
SERVICE TECHNICIAN
The rate for a Service Technician is based upon a minimum of three (3) years
experience in all phases of installation and repair. Less than three years of
experience, the service technician must be able to demonstrate to the satisfaction
of the University sufficient knowledge of and expertise in the various phases in
the provision and maintenance of single/multi line customer service; provides
installation and maintenance of subscriber premises equipment.
Service Technician (Regular Time) 194. ______________ per hr.
Service Technician (Over Time) 195. ______________ per hr.
MAINTENANCE/SERVICE TECHNICIAN
The rate for a Maintenance/Service Technician is based upon a minimum of three
years experience in all phases of basic installation and repair and cable repair
operations. The Maintenance/Service Technician must be able to demonstrate to the
satisfaction of the University sufficient knowledge of, and expertise in use of the
various repair test sets required in the repair of outside plant facilities.
Provides installation and maintenance of subscriber premises equipment and clearing
of troubles in outside plant facilities.
Maintenance/Service Technician (Regular Time)
196. _______________ per hr. Maintenance/Service Technician (Over Time)
197. _______________ per hr. LINE TECHNICIAN
This rate applies for a Line Technician who is qualified in all phases of pole line
construction, underground and buried cable placement.
Line Technician (Regular Time) 198. _______________ per hr.
Line Technician (Over Time) 199. _______________
UNIVERSITY OF SOUTH FLORIDA Invitation to Negotiate #13-27-MH Outside Plant (Communications)
48
SPECIFICATIONS AND PRICING SHEETS CONTINUED
ONE TECHNICIAN, ONE TRUCK AND BACKHOE
These rates are to apply and are subject to the following:
~ The backhoe operator will be a qualified cable splicer or be able to make
repairs as required on buried PIC cables.
~ When a second Technician is required with the backhoe, he/she shall be paid at
the applicable rate listed below.
~ The hourly rate prices will be paid for actual time worked including the time
spent traveling from one job site to another job site within the same Field
Team. It does not include travel time from one Field Team to another Field Team.
~ The daily rate will apply for normal workday, eight hours, when the backhoe is
in use or available for use and the backhoe crew is working or available to
work. Any time worked in excess of a normal workday, 8 hours will be paid for
on the hourly rate basis.
Item # Price
Technician/Truck/Backhoe (Regular Time) 200. _______________ per hr.
Technician/Truck/Backhoe (Over Time) 201. _______________ per hr.
INSPECTION
The Contractor will insure that 100% inspection of all work performed meets
University standards and specifications. Completion of appropriate
documentation is required.
SUPERVISION
The Contractor will furnish, on a non-billable basis, experienced and competent
supervisor/working leader with vehicles in sufficient number for adequate
supervision of the Designated work. The contractor’s supervisor will be the single
point of contact between the University and Contractor.
ACCEPTANCE TESTING
Contractor will furnish, on a non-billable basis, all labor, cartage, tools,
equipment, appliances and motor vehicles required to fully perform cable acceptance
tests as outlined in the University’s Practices. The results of these tests will
be recorded and forwarded to University Representative. Test equipment used to
perform acceptance tests must be equivalent to that used by the Local Exchange
Carrier cable acceptance splicers. In the event there is a dispute as to what type
of equipment is needed, the decision of the University will be final. Contractor
will be responsible for turning over to the University, as good pairs, 100% of all
cable spliced by Contractor. Contractor is to use, when applicable, the
interstitial (spare) pairs provided by the manufacturer in pulp or paper insulated
cable to make good any factory defects necessary to provide the required number of
good pairs. If, after having splicing work turned over to it by the Contractor as
being completed, the University performs cable acceptance tests on such cable and
finds that trouble exists, the University may, at its option, deduct from any
remaining monies due the Contractor an amount sufficient to pay the cost to the
University of subsequent trips to the job site and for subsequent retesting of the
cable after repairs have been made by the Contractor. The Contractor must correct,
at its expense, any errors for work performed on “Units” or “Hourly Rates” found
prior to acceptance of the work by the University. The contractor will be
responsible for paying for any time and material needed to correct such errors in
the event the University must hire another contractor to make the necessary
corrections. Failure to perform required tests, or falsification of test documents
is cause for cancellation of the agreement upon notice.
UNIVERSITY OF SOUTH FLORIDA Invitation to Negotiate #13-27-MH Outside Plant (Communications)
49
SPECIFICATIONS AND PRICING SHEETS CONTINUED
“SHOW UP” TIME
The Contractor may invoice the University for a maximum of two (2) hours “Show Up”
time for its employees who were previously assigned hourly rate work, report to
work at the normal time, and are not able to work because of inclement weather.
This provision is not applicable when such employees are scheduled to perform bid
work on an individual work activity or on Unit Prices on a Master Contract.
HOURLY RATES
Hourly rates for “Unit Work” splicers are applicable to the following:
(a) On emergency repair work.
(b) On specific work operations authorized by the University.
(c) All work operations for which Unit Prices have not been established.
OVERTIME PAY
All overtime work performed under the Agreement shall be performed under the
following terms and conditions:
(a) All overtime must be approved by the University in advance.
(b) Overtime is not applicable to equipment rates. Equipment shall be billed
at straight time rates only.
(c) Overtime rates apply to all hours worked over forty (40) hours a week at
no more than 1.35 times the regular rate.
Overtime rates for “Unit Work’ splicers (Subcontractors working under the
General Agreement) are applicable as follows:
(1) When a “Unit Work” splicer performs only hourly rate work for a week
such as cable throws, cable
repair, etc., the hourly overtime rate will apply the same as is specified
above in (a), (b) and (c) for “Hourly Rate” splicers.
(2) When a “Unit Work” splicer performs a combination of Units and Hourly
Rate work in a calendar week and performs more than forty (40) hours of
hourly rate work during the week at the University’s request, the Contractor
may bill the University for such hourly rate overtime worked. Time worked on
Units by a ‘unit Work’ splicer is not to be included with hourly rate time
worked when computing overtime payment. For example: If a ‘Unit Work’
splicer works 40 hours in a week on Unit work and then works (48) hours of
hourly work in the same week at the University’s request, the Contractor my
bill the University for the Unit work performed plus forty (40) hours of
hourly work at the regular rate and eight (8) hours at the overtime rate.
HOLIDAYS
Time worked at the request of the University will be paid at 1.35 times the regular
rate for the days which the
University observes the holidays:
(a) Contract personnel will not be paid by the University for holidays on
which the Contract employee does not work for the University.
(b) Contract employees who request to work on a holiday and who are permitted
by the University to work on a holiday, provided that there is available
work and where adequate supervision is available, will be paid at the
regular time rate. In such instances, a notation must be placed on the
UNIVERSITY OF SOUTH FLORIDA Invitation to Negotiate #13-27-MH Outside Plant (Communications)
50
SPECIFICATIONS AND PRICING SHEETS CONTINUED
Contractors work report to explain why the Contractor worked on the
holiday and that the regular time pay is applicable for the time worked.
CONTRACTOR’S HOURLY EQUIPMENT RATE
Trucks assigned to a work crew for transportation of Technicians and tools will be
paid for on the basis of the number of hours the crew works. Compensation for all
other trucks and equipment used by the work crew will be paid for on the basis of
the number of hours the truck or equipment is actually in use, except that a
minimum of two (2) hours per workday will be paid for trucks and equipment needed
at the job site during the day. Hourly rate prices for trucks and equipment
include all operating costs.
SPLICER TRUCK E/W TOOLS
The rate for a Splicers Truck equipped with Tools is based upon the Contract
Splicer having on the truck, standard day-to-day tools needed in splicing lead
sheathed, stalpeth and PIC cables at aerial, buried and manhole locations. In
addition to hand tools and torches, this includes carrying, or the ready
availability of, a manhole
shield, platform, tent, pumps (mud hog and/or centrifugal, as applicable), blower,
generator. If the Splicer does not choose to haul all of the large tool items on
the truck at all times, such tools must be readily available when needed on day-
to-day splicing assignments without losing any appreciable time in securing them
when needed.
Item # Price
Splicers Truck E/W Tools 202. _______________ per hr.
Note: The University reserves the right to delay the employment of a Contract
Splicer by the Contractor on University property if, in the judgment of the
University’s Manager, or delegate, such Contract Splicer does not have sufficient
tools to perform the quality and quantity of work for which the University would
pay the Contractor. The Hourly Rate includes all operating costs of the truck and
any required equipment as stated above.
MAINTENANCE/SERVICE TECHNICIAN TRUCK E/W TOOLS
The rate for a Maintenance/Service Technician’s Truck equipped with tools is based
upon the Technician having on the truck the same compliments of tools as for the
I&R Technician and Cable Splicer. In the event of a dispute as to what type of
equipment is needed, the decision of the University will be final. This may
include equipment necessary for the installation and maintenance of air pressure
monitoring systems, and the location and repair of air pressure leaks.
Maintenance/Service Technician Truck E/W Tools 203. ______________ per hr.
APPRENTICE SPLICER TRUCK
The rate for a Apprentice Splicer Truck is based upon a pickup or van equipped with
basic splicing tools and equipment.
Apprentice Splicer Truck 204. _______________ per hr.
SERVICE TECHNICIAN VEHICLE
The rate for a Service Technician’s vehicle is based upon the Service Technician
having on the vehicle a full complement of the standard day-to-day tools needed to
perform service work.
Service Technician Vehicle: 205. _______________ per hr.
UNIVERSITY OF SOUTH FLORIDA Invitation to Negotiate #13-27-MH Outside Plant (Communications)
51
SPECIFICATIONS AND PRICING SHEETS CONTINUED
FACILITIES TECHNICIAN VEHICLE
The rate for a Facilities Technician vehicle is based on a vehicle used primarily
for transportation when it is necessary to perform field investigation in
connection with making up throw sheets, pair assignments, etc.
Item # Price
Facilities Technician Vehicle 206. _______________ per hr.
Pickup Truck 207. _______________ per hr.
Truck (Flat bed) 208. _______________ per hr.
2 Ton Truck and Over 209. _______________ per hr.
Line Truck Without Auger 210. _______________ per hr. Line Truck Equipped with Revolving Boom and Auger
211. _______________ per hr.
Semi-Tractor and Trailer (Low Boy) 212. _______________ per hr.
Cable Trailer (All types) 213. _______________ per hr.
Equipment Trailer (Flat Bed) 214. _______________ per hr.
Pole Trailer (All Sizes) 215. _______________ per hr.
Front End Loader 216. _______________ per hr.
Backhoe (All Sizes) 217. _______________ per hr.
Bulldozer with Static Plow (Any Size) 218. _______________ per hr.
Trencher or Cable Plow - 1 to 40 Horsepower 219. _______________ per hr.
Trencher or Cable Plow Over 40 Horsepower 220. _______________ per hr. Air Compressor (With I or 2 Hammers) and Asphalt
Cuffing Blade 221. _______________ per hr.
Vibrator Tamper (Compactor) 222. _______________ per hr.
Tractor equipped with Bushhog 223. _______________ per hr.
Water Pump - Centrifugal 224. _______________ per hr.
Water Pump Mud Hog 225. _______________ per hr.
Manhole Blower 226. _______________ per hr.
Portable Generator 227. _______________ per hr.
Pipe Pusher 228. _______________ per hr.
Jack and Bore Machine (Up to 6”) 229. _______________ per hr.
Chain Saw 230. _______________ per hr.
Rock Saw 231. _______________ per hr.
Concrete Saw 232. _______________ per hr.
Asphalt Roller 233. _______________ per hr. Well Points
(includes Headers and Header Pipe without Pump) 234. _________per point/day
Well Point Pump - 6 235. ________________per day
Well Point Pump - 8 236. ________________per day
Rock Cutting Trencher 237. _______________ per hr.
Rock Auger 238. _______________ per hr. Tree Trimming Truck (Includes circular saw, 2 chain saws,
pruners, ropes, saddles and all other small tools)
239. _______________ per hr.
Chipper 240. _______________ per hr.
Rodder Truck 241. _______________ per hr.
Cable Jet Machine 242. _______________ per hr.
Cable Retriever 243. _______________ per hr.
Directional Boring Machine 244. _______________ per hr.
Vacuum Truck 245. _______________ per hr.
UNIVERSITY OF SOUTH FLORIDA Invitation to Negotiate #13-27-MH Outside Plant (Communications)
52
SPECIFICATIONS AND PRICING SHEETS CONTINUED
Item # Price
Flasher Barricades 246. ___________each/day
Roadway Directional Flashing Signal 247. ___________each/day
Crash Cushion Package 248. ___________each/day
TOTAL OFFER ___________________ (Items 1-248)
PLEASE NOTE: DISCOUNTS WILL NOT BE USED FOR BID EVALUATION PURPOSES.
UNIVERSITY OF SOUTH FLORIDA Invitation to Negotiate #13-27-MH Outside Plant (Communications)
53
CONTRACTOR’S MINIMUM TOOL LIST (TRUCK)
REQ TOOL DESCRIPTION QTY
Amplifier E/W Headset & Probe 1 Belt, Body, Lineman’s 1
Bits, Masonry, Assorted Sizes 1
Blade, Hacksaw, 12” 1
Bond, Cable, B 1
Brush, Carding 2
Bucket, Soap, W/Brush 1
Climbers, Set 1
Clip, transfer, Cable, B & C 1
Cloth, Wiping, Cable 1
Cone, Safety, 36” 3
File, Combination, 10” 1
DPM Presser 4270 A 1
DPM Popper 4053 pm 1
MS2 Kit E/W minimum of 2 splicing heads, 1
preferably 3 splicing heads (PartNumber4O4l)----- 1
Foot Pump 4030 or Hand Pump 4031 or Crimper 4036- 1
Pedestal to support heads 2 each ---- 1
Wire Insertion Tool 4051 - ----- 1
Knuckle (78-8044-9384) or Support Vise (78-8011-2043) 1
to support splicing heads
Preformed End Plate Cutter 8000452 1
Preformed Blade Kit 8000453- 1
Cable Shaper 8000422-- 1
End Plate Removal Tool 8000432-- 1
Gauge, Pressure C (Maintenance) 1
Gloves, Insulating, Rubber 1
Goggles, Safety/Glasses 1
Hacksaw 1
Hammer, Claw- 1
Hand Line, Aerial 1
Torque Wrench, Inch Pounds- 1
Helmet, Safety 1
Hook, Cover, Manhole 1
Hook,Shave 1
Kit, First Aid, 1 0 unit (Recomm) 1
Knife, Splitting, Sheath 1
Ladder, Ext., 28’W/Stand & Suppo 1
Busy BoyfThrow Master 1
Mirror, splicers 1
Pliers, Pump, 10” 1
Pliers, Side Cutting 9” 1
UNIVERSITY OF SOUTH FLORIDA Invitation to Negotiate #13-27-MH Outside Plant (Communications)
54
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.
UNIVERSITY OF SOUTH FLORIDA Invitation to Negotiate #13-27-MH Outside Plant (Communications)
55
Bidder's Affirmation and Declaration - Continued
We the undersigned, as Bidders, hereby declare that we have carefully read this Invitation to Negotiate or Request for Proposal and its accompanying
provisions, terms and conditions concerning the equipment, materials, supplies and/or services as called for, the technical specifications along with
any applicable drawings, attended all applicable pre-bid or pre-proposal conference along with visual inspections, and with the full knowledge and
understanding of the requirements and conditions, do hereby agree to furnish and to deliver as indicated, F.O.B. University of South Florida location,
with all transportation charges prepaid, and for the prices quoted thereon as follows.
***See Bid Proposal Herein***
Firm Name:______________________________________________________________________________________
Type of Organization: [ ] Individual [ ] Small Business [ ] Non-Profit
[ ] Partnership [ ] Corporation [ ] Joint Venture
Business is licensed, permitted or certified to do business in the State of
Florida. [ ] Yes [ ] No
E-Mail Address:________________________________________________________________________________
Division of Management Services SPURS License No.:_____________________________________________
State of Florida Corporation ID No. (from Secretary of State):_________________________________
State of Florida Fictitious Name Reg. No. (from Secretary of State):___________________________
State of Florida Contractor’s License No. (from DPR):__________________________________________
Name Contractor’s License is under:____________________________________________________________
FEID No. ________________________________________ County of ________________________________
Representative’s Name:_________________________________________________________________________
Authorized Representative’s Title:_____________________________________________________________
Address:_______________________________________________________________________________________
City:____________________________________ State:______________ Zip Code:_____________
Telephone No.____________________________________ Fax No.___________________________________
The foregoing instrument was acknowledged before me this the _______ day of ________________, 2010, by
_____________________________ who is personally known to me or who has produced identification and who did (did not) take an oath.
________________________________________________ ___________________________________________
Signature of Notary Public Authorized Signature of Affiant
Notary Public
State of ________________________________________
My Commission Expires: __________________________
_________________________________________ ___________________________________________
Printed, typed or stamped Printed, typed or stamped
Commissioned Name of Notary Public Name of Affiant
UNIVERSITY OF SOUTH FLORIDA Invitation to Negotiate #13-27-MH Outside Plant (Communications)
56
CERTIFICATE OF NON-SEGREGATED FACILITIES
We,
certify to the University of South Florida that we do not and will not maintain or provide for our
employees any segregated facilities at any of our establishments, and that we do not and will not
permit our employees to perform their services at any location, under our control, where segregated
facilities are maintained. We understand and agree that a breach of this certification is a violation
of the Equal Opportunity clause required by Executive Order 11246 of 24 September 1965.
As used in this certification, the term "segregated facilities" means any waiting rooms, work areas,
rest rooms and wash room, restaurants and other eating areas, time clocks, locker rooms and other
storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas,
transportation and housing facilities provided for employees which are segregated by explicit
directive or are in fact segregated on the basis of race, creed, color or national origin, because of
habit, local custom or otherwise.
We, further, agree that (except where we have obtained identical certifications from proposed
subcontractors for specific time periods) we will obtain identical certifications from proposed
subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the
provisions of the Equal Opportunity clause; that we will retain such certification in our files; and
that we will forward the following notice to such proposed subcontractors (except where the proposed
subcontractors have submitted identical certifications for specific time periods):
NOTE TO PROSPECTIVE SUBCONTRACTORS OR REQUIREMENTS FOR CERTIFICATIONS OF NON-SEGREGATED FACILITIES. A
Certificate of Non-segregated Facilities, as required by the 9 May 2067 order on Elimination of
Segregated Facilities, by the Secretary of Labor (32 Fed. Reg. 7439, 19 May 2067), must be submitted
prior to the award of a sub-contract exceeding $10,000 which is not exempt from the provisions of the
Equal Opportunity clause. The certification may be submitted either for each sub-contract or for all
subcontracts during a period (i.e. quarterly, semiannually, or annually).
NOTE: Whoever knowingly and willfully makes any false, fictitious or fraudulent representation
may be liable to criminal prosecution under 18 U.S.C. 1001.
________________________________________
(NAME OF COMPANY)
Signature: _____________________________
TITLE: _________________________________
DATE: __________________________________
UNIVERSITY OF SOUTH FLORIDA Invitation to Negotiate #13-27-MH Outside Plant (Communications)
57
SUBPART D - CONTRACTOR'S AGREEMENTS
SEC. 202. Except in contracts exempted in accordance with Section 204 of this Order, all Government contracting
agencies shall include in every Government contract hereafter entered into the following provisions:
"During the performance of this contract, the contractor agrees as follows:
(1) The contractor will not discriminate against any employee or applicant for employment because of race,
color, religion, sex, or national origin. The contractor will take affirmative action to ensure that
applicants are employed, and that employees are treated during employment, without regard to their race,
color, religion, sex, or national origin. Such action shall include, but not be limited to the follow-
ing: 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 appren-
ticeship. The contractor agrees to post in conspicuous places, available to employees and applicants
for employment, notices to be provided by the contracting officer setting forth the provisions of this
nondiscrimination clause."
(2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the
contractor; state that all qualified applicants will receive consideration for employment without regard
to race, color, religion, sex or national origin."
(3) The contractor will send to each labor union or representative of workers with which he has a collective
bargaining agreement or other contract or understanding, a notice, to be provided by the agency
contracting officer, advising the labor union or worker's representative of the contractor's commitments
under Section 202 of Executive Order No. 11246 of September 24, 1965, and shall post copies of notice in
conspicuous places available to employees and applicants for employment."
(4) The contractor will comply with all provisions of Executive Order No. 11246 of September 24, 1965 and of
the rules, regulations, and relevant orders of the Secretary of Labor."
(5) The contractor will furnish all information and reports required by Executive Order No. 11246 of
September 24, 1965, and by the rules, regulations, and orders of the Secretary of Labor, or pursuant
thereto, and will permit access to his books, records, and accounts by the contracting agency and the
Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations
and orders.
(6) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or
with any of such rules, regulations, or orders, this contract may be canceled, terminated, or suspended
in whole or in part and the contractor may be declared ineligible for further Government contracts in
accordance with procedures authorized in Executive Order No. 11246 of September 24, 1965, and such other
sanctions may be imposed and remedies invoiced as provided in Executive Order No. 11246 of September 24,
1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law."
(7) The contractor will include the provision of Paragraphs (1) through (7) in every subcontract or purchase
order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to
Section 204 of Executive Order No. 11246 of September 24, 1965, so that such provisions will be binding
upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract
or purchase order s the contracting agency may direct as a means of enforcing such provisions including
sanctions for noncompliance: Provided, however, that in the event the contractor becomes involved in,
or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the
contracting agency, the contractor may request the United States to enter into such litigation to
protect the interest of the United States."
SEC. 402 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era:
(1) The Contractor agrees to comply with the affirmative action clause and regulations published by the U.S. Department of Labor implementing Section 402 of the Vietnam Era Veteran's Readjustment Assistance Act of
1974, as amended, Executive Order 11701 and Section 503 of the Vocational Rehabilitation Act of 1973,
which are incorporated in this certificate by reference.
UNIVERSITY OF SOUTH FLORIDA Invitation to Negotiate #13-27-MH Outside Plant (Communications)
58
University of South Florida
Purchasing & Property Services Request for Taxpayer Identification and Certification
(Substitute for IRS Form W-9)
Instructions: 1. Use this form only if you are a U.S. person
(including U.S. resident aliens). If you are a
foreign person, use the appropriate Form W-8.
2. Complete Part 1 by completing the one row of
boxes that corresponds to your tax status.
3. Complete Part 2 by providing your Payment Remittance Address
4. Complete Part 3 if you are exempt from Form 1099
reporting.
5. Complete Part 4 by signing & dating form.
Part 1 – Tax Status: (complete ONLY ONE ROW of boxes)
Individuals:
(Fill out this row) Individual’s Name: (first name, middle initial, last name)
_________________________________ ____ ___________________________________
Individual’s Social Security Number
___ ___ ___ - ___ ___ - ___ ___ ___ ___
Sole Proprietor: (Fill out this row) A sole proprietorship may
have a “doing business as”
trade name, but the legal name
is the name of the business
owner.
Business Owner’s Name: (REQUIRED)
__________________ ____
(First Name) (Middle Initial)
____________________________
(Last Name)
Business Owner’s Social Security Number
___ ___ ___ - ___ ___ - ___ ___ ___ ___
OR Employer ID Number
___ ___ - ___ ___ ___ ___ ___ ___ ___
Business or Trade Name (OPTIONAL)
_________________________________
_________________________________
Partnership:
(Fill out this row)
Name of Partnership:
____________________________
Partnership’s Employer ID Number
___ ___ - ___ ___ ___ ___ ___ ___ ___
Partnership’s Name on IRS records (see
IRS mailing label)
_________________________________
Corporation, exempt
charity or other
entity:
(Fill out this row)
Name of Corporation or Entity:
____________________________
____________________________
Employer ID Number
___ ___ - ___ ___ ___ ___ ___ ___ ___
Are you
incorporated?
YES NO
A corporation may use an abbreviated
name or its initials, but its legal name
is the name on the articles of
incorporation.
D.B.A. or T.A. companies?
Attach all of the business names.
Part 2 – A. Ordering Address: (Address where Purchase Orders should be mailed)
__________________________________________________ _______________________________________________________
__________________________________________________ _______________________________________________________
B. Payment Remittance Address: (Address where Payments should be mailed)
__________________________________________________ _______________________________________________________
__________________________________________________ _______________________________________________________
C. Business Contact Information:
Business Phone # _____________________________________
Business Fax # ____________________________________
Business Website Address _____________________________
Contact Person ________________________________________
Contact Phone # _______________________________________
Contact Fax # _______________________________________
Part 3 – Exemption: If exempt from Form 1099 reporting, check here: AND circle your qualifying exemption reason below: 1. Corporation
Except there is no exemption for
medical and healthcare payments
or payments for legal services.
2. Tax Exempt
Tax Exempt Charity under
501(a) (includes 501(c)(3)), or
IRA
3. The United States or
any of its agencies or
instrumentalities
4. A state, the District of
Columbia, a possession of
the United States, or any of
their political subdivisions.
5. A foreign government
or any of its political
subdivisions.
Part 4 – Certification: Under penalties of perjury, I certify that:
1. The number shown on this form is my correct taxpayer identification number (or I am waiting for
a number to be issued to me), and
2. I am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b)
I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup
withholding as a result of a failure to report all
interest or dividends, or (c) the IRS has notified me
that I am no longer subject to backup withholding and
3. I am a U.S. person (including a U.S. resident
alien).
Certification Instructions – You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you
have failed to report all interest and dividends on your tax return.
Name of Person completing this form: _______________________________
Title of Person completing this form: ________________________________
Signature: __________________________________ Date: ______________
Phone: (_______) _________________________________________________
Address: ________________________________________________________
City: _________________________ State: __________ ZIP: __________
E-Mail Address: __________________________________________________
UNIVERSITY OF SOUTH FLORIDA Invitation to Negotiate #13-27-MH Outside Plant (Communications)
59
Small, Minority or Women-Owned Business? __________YES __________NO
If answered yes above, please circle classification that applies:
Federal Classifications
(If your Business is registered with the Small
Business Administration (SBA) or the Central
Contractor Registration (CCR) Website at: https://www.bpn.gov/ccrinq/scripts/search.asp, please
circle the classification(s) in this column that applies
to your business.
State of Florida Certified
Minority Business Enterprise
(If you circle a classification in this
column, please provide a copy of your
Florida Statewide & Inter-Local
Certification with your application)
Non-Certified Minority
Business Enterprise
(Business must be at least 51%
owned, managed & controlled
by minority persons to select a
classification in this column.)
Non Profit
Organization
SBA 8(a) Certification (please provide a copy of certificate with application)
African American (please provide a copy of certificate with
application)
African American Minority Board (51% or more Minority Board
of Directors)
Small Disadvantaged Business
Certification (please provide a copy of certificate with application
Hispanic American (please provide a copy of certificate with
application)
Hispanic American Minority Employees (51% or more Minority
Officers)
HUBZone Certification (please provide a copy of certificate with application
Asian American (please provide a copy of certificate with
application)
Asian American Minority
Community
(51% or more Minority
Community Served)
Veteran Native American (please provide a copy of certificate with
application)
Native American Other- Non Profit
Service Disabled Veteran American Woman (please provide a copy of certificate with
application)
American Woman
Vietnam Veteran
Women Owned
Minority Owned Business
If you select a classification that is certified by a Federal or State agency, please provide a copy of your certification for each agency along with this application.
To determine your Federal Size Standard, please access the U.S. Small Business Administration’s website: http://www.sba.gov/starting/indexwhatis.html or go to the SBA’s http://www.sba.gov/size to look up your North American Industry Classification Systems (NAICS) Code and the qualifying number of employee’s or annual dollar amount. To register your business on the Central Contractor Registration (CCR) Website visit https://www.bpn.gov/ccr/scripts/index.html
If you are using Federal Size Standards, please specify the codes used: NAICS Code: _______ Number of Employees: ___________ or Annual Amount: ________
If you are not a State of Florida Certified Minority Business Enterprise and would like to download the application for certification of Minority Business Enterprise for the State of Florida and view the State of Florida’s Eligibility criteria, please go the Office of Supplier Diversity’s website at: http://osd.dms.state.fl.us.
UNIVERSITY OF SOUTH FLORIDA Invitation to Negotiate #13-27-MH Outside Plant (Communications)
60
Part 3 – Purchase Order and Payment Preferences
By which delivery method do
you prefer to receive purchase
orders?
Fax Postal mail
Payment Discount Terms:
2% Net 10
Other:
_______________________
By which delivery method do you
prefer to receive payment?
Check
Credit Card
(USF Procurement Card)
Electronic Funds Transfer (EFT)
(To receive payments by Electronic Funds
Transfer, please complete the attached
Electronic Payment Authorization Form to
start electronic payment process)
Part 4 – Signature
I certify to the best of my knowledge and belief, that the business or payee identified in this vendor application, and its
principals are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded by any
Federal Department or Agency.
I certify that the information supplied herein, including all attachments, is correct to the best of my knowledge. I further
certify that in doing business with the State of Florida my firm is in compliance with Chapter 112, Florida Statutes relating to
conflict of interest (to review the Statute in full, visit http://www.flsenate.gov/statutes).
__________________________________ ________________________________
Name of Person Signing Application Title
__________________________________ ________________________________
Signature Date
UNIVERSITY OF SOUTH FLORIDA Invitation to Negotiate #13-27-MH Outside Plant (Communications)
61
Purchasing and Property Services 4202 E Fowler Ave AOC 200
Tampa, FL 33620-9000
Phone: (813) 974-2481
Addenda & Rescheduling Notification Form
IT IS THE RESPONSIBILITY OF THE BIDDER TO CHECK THIS WEBSITE 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________________________________________________________________________________
ITN NO. 13-27-MH
PHONE NO. _____________________________ FAX NO. ____________________________________
E-MAIL ADDRESS _____________________________________________________________________________
E-MAIL THIS FORM TO: PURCHASING SERVICES ATTENTION: Mike Hernandez E-Mail: [email protected]
UNIVERSITY OF SOUTH FLORIDA Invitation to Negotiate #13-27-MH Outside Plant (Communications)
62
UNIVERSITY OF SOUTH FLORIDA Invitation to Negotiate #13-27-MH Outside Plant (Communications)
63