REQUEST FOR QUOTES SAFETY TRAINING - OVERHEAD CRANES / HOISTS RFP # 16S0325 NOTICE IS HEREBY GIVEN that the Cape Fear Public Utility Authority (hereinafter referred to as CFPUA or the Authority ) is requesting quotes for annual lifting and signaling training on small overhead cranes and lifting equipment. CFPUA will receive such proposals in the office of and addressed to: Cape Fear Public Utility Authority Finance Department 235 Government Center Drive Wilmington, N.C. 28403 ATTENTION: Teresa Horsboll, Assistant Procurement Manager ONE (1) COPY OF THE PROPOSAL WILL BE RECEIVED UP TO THE HOUR OF 2:00 PM., Tuesday, October 13, 2015 The proposal can be delivered via email, USPS, Commercial Carrier or by Hand. Copies of the bid document are available on the CFPUA website www.cfpua.org, at the above referenced address or by calling the Procurement Office of Cape Fear Public Utility Authority at (910) 332 6401 or by emailing teresa.horsboll@cfpua.org. For any questions regarding this bid and to register the bid to receive addenda, please contact Teresa Horsboll, at (910) 332-6401 or teresa.horsboll@cfpua.org. Questions regarding the bid will be received up until Tuesday, October 6, 2015 at 2:00pm. All proposals forms must be properly executed and submitted as part of the bid. The CFPUA reserves the right to reject any or all bids. Julia Vosnock Procurement Manager
Deadlines Schedule: SAFETY TRAINING - OVERHEAD CRANES / HOISTS RFP # 16S0325 Instructions for Bidders Request for quotes September 29, 2015 Deadline for Questions (must be emailed or faxed) October 6, 2015 2:00 PM Deadline for Receipt of proposals October 13, 2015 2:00 PM Proposed date of Award October 15, 2015 Proposals will be received by Cape Fear Public Utility Authority, to provide training of employees on the safe use of overhead cranes, and lifting devices at Cape Fear Public Utility Authority, Wilmington, NC. For any questions regarding this bid and to register for the bid to receive addenda, please contact Teresa Horsboll via email using teresa.horsboll @cfpua.org. Questions regarding the bid will be received up until the date and time specified above. Proposals must be submitted showing prices as requested on the Bid Proposal Sheet. All bids shall be valid for a period of 60 days pending approval and awarding of contract. Quoted price should not include any sales or use tax, but should only reflect the actual bid price of the service. Cape Fear Public Utility Authority reserves the right to reject any and/or all bids received, or to select the proposal which, in our opinion, is in the best overall interest of CFPUA. Proposals will be evaluated by determining the lowest responsible, responsive bidder considering: Bidder s ability and capacity to provide scoped services. Accuracy of bid submission. All proposals shall be completed, and signed. Bidder must meet all of the above requirements for proposal to be considered. Local Preference Policy The Cape Fear Public Utility Authority has recently adopted a Local Preference Policy. Please refer to our website for details. Visit www.cfpua.org, click on the Commerce tab, then on Purchasing. NCGS 143-131 specifies that informal bids are not subject to public inspection until the contract is awarded. This Request for Quotes and all Bidder responses are considered public information, except for trade secrets specifically identified in writing by the Bidder, which will be handled according to State Statute or other laws. Any section of the Bidder s response package that is deemed to be a trade secret by the Bidder shall be submitted in a separate envelope clearly marked TRADE SECRET INFORMATION- DO NOT DISCLOSE. I-1
Request for Quotes SAFETY TRAINING - OVERHEAD CRANES / HOISTS RFP # 16S0325 Scope of Work Cape Fear Public Utility Authority is soliciting quotes for on-site, annual certified safety training, on small overhead cranes. This training is for AUTHORITY employees using lifting equipment on a daily basis. Training is to include boom truck, overhead crane & hoist operation, signaler, and rigging safety. Services solicited include but are not limited to: a. CONTRACTOR will provide labor, parts, and educational materials necessary for the specified training. Lifts, truck cranes, and rigging equipment will be provided by CFPUA. b. Training location will be provided by the AUTHORITY, at one of the AUTHORITIES designated plant sites in Wilmington, NC. c. CONTRACTOR to perform safety training required as per all regulatory agencies requirements. The AUTHORITY is not required to have certified crane operators, however the AUTHORITY provides training for the designated crane/lift operators so they are knowledgeable and therefore qualified to operate the equipment. d. CONTRACTOR to provide certificates, wallet cards or roster of training for the employees involved. e. Class sizes will range from 5-20 persons. Please provide minimum and maximum class size the CONTRACTOR can handle on the bid proposal. f. Bids are per unit cost as indicated bid form. Bidder must use bid form. Additional information, or additional training information options maybe provided on separate CONTRACTOR letterhead. g. All training is to be completed in a one week period. Schedule to be mutually agreed upon between the AUTHORITY Safety Officer and CONTRACTOR. h. CONTRACTOR shall submit an itemize invoice when training is complete, detailing costs and training levels. Please record your price proposals on the attached Bid Proposal Sheet. Please provide any other options and services you offer, exceptions to the bid, as well as certification levels of your employees, on a separate sheet if necessary. All Proposals are subject to renewal each year, upon mutual agreement. Initial term of agreement will be twelve (12) months, with the option to renew after annual review, for up to two (2) additional twelve (12) month terms. Submitted proposals must be received in the office of the CFPUA, Assistant Procurement Manager as indicated in the foregoing documents. Late proposals will not be accepted. CFPUA reserves the right to reject any and/or all proposals in connection to this project and to waive formalities in the bid. S-1
Bid Proposal Sheet SAFETY TRAINING - OVERHEAD CRANES / HOISTS RFP # 16S0325 The undersigned hereby certifies that this bid is made without prior understanding, agreement or connection with any person(s), firm(s) or corporation(s) making bids or proposals. The bidder further certifies that he/she is not suspended or debarred from bidding by any federal, state, or local agency and that, if awarded this contract, he/she will abide by all specifications, provisions and conditions contained in the bid invitation. Company (CONTRACTOR) name: All costs must be stated in unit price. BID DESCRIPTION ITEMS Item 1 Mobile Boom Truck Training UNIT PRICE Min / Max Class Size UOM Per Person $ / Item 2 Item 3 Item 4 Item 5 Item 6 Overhead Crane & Hoist Operator Training Service Truck Crane Operator Training Crane Signaler Training Rigging Training Any additional fees: explain Per Person $ / Per Person $ / Per Person $ / Per Person $ / Addendum Receipt of the following Addendum is acknowledged: Addendum No. Date, 2015 Addendum No. Date, 2015 BF-1
By signing this Bid Proposal Sheet the Company, if selected, agrees to perform the services listed in the preceding pages and bill for services using the rates quoted on this Bid Proposal Sheet. Company representative, hereby acknowledges that he has read, understands and agrees to the Standard Terms and Conditions in the draft service agreement. Please provide the following information on your company: Company Legal Name: Mailing Address: City, State, Zip: Phone: Printed Name: Signature: Email: Title: Contractor s License: (type and number) Type of Company: check one Sole Proprietor Partnership Corporation LLC State of incorporation: State of incorporation: Is your company a minority owned company? Yes No If so is it MBE WBE HUB DBE Year business was formed? Years of experience with industrial projects? BF-2
NORTH CAROLINA NEW HANOVER THIS AGREEMENT (the "Agreement"), made and entered into this day of, 201, by and between CAPE FEAR PUBLIC UTILITY AUTHORITY, hereinafter referred to as AUTHORITY ; and, herein referred to the as CONTRACTOR. 1. SCOPE OF WORK The AUTHORITY desires to engage the CONTRACTOR for hoist and crane operations training services per the attached scope of work and CONTRACTOR s proposal. 2. TERM OF AGREEMENT The initial term of this agreement shall expire twelve (12) months from the signature execution of this agreement as indicated above. This contract may be renewed on an annual basis upon mutual consent of both parties for up to two (2) additional 12 month terms, with the same terms and conditions as set forth in this original agreement. 3. PAYMENT The OWNER agrees to pay the CONTRACTOR for the faithful performance of this Agreement, subject to any additions or deductions as provided for in the Contract Documents; and in accordance with the prices as set forth, subject to any additions which may be due under the provisions for Change Orders, Unit Prices and/or Lump Sum Price. The Lump Sum Price is a not to exceed amount of. There is no guarantee of using the full value of the contract in a 12 month term. CONTRACTOR shall submit invoice(s) for all delivered services and products as soon after complete delivery and receipt of a correct invoice can be processed, in accordance with these specifications; assuming the invoiced work has been accepted by the OWNER. 4. CONDITIONS Bidder will supply all permits, materials, equipment, tools, safety equipment, delivery costs, and any costs incurred as part of providing the finished product or service, per the scope of work. No substitutions or deviations of materials or design will be allowed without a written agreement with the CFPUA authorized buyer. The CONTRACTOR, without the written consent of the Authority Purchasing Agent, shall not make any changes, alterations, or variations in the terms of the agreement. 5. SAFETY All of the contractor s personnel and any contracted personnel on this specific site shall follow all CFPUA safety requirements, rules and regulations. CFPUA minimum SA-1
requirement for the construction site is each employee shall wear: hard hat, and safety boots. Approved safety glasses are also required any time pipe saw or other cutting devices are utilized and as required by OSHA regulations and the contractor s standards. 6. CONTRACTOR S ACKNOWLEDGMENTS The CONTRACTOR acknowledges, represents, and warrants the following: a. CONTRACTOR has examined and carefully studied the Contract Documents and other related data identified in the Bidding Documents. b. CONTRACTOR has visited the site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. c. CONTRACTOR has given written notice to the OWNER of all conflicts, errors, ambiguities, or discrepancies that the CONTRACTOR has discovered in the Contract Documents and the written resolution thereof by OWNER is acceptable to CONTRACTOR. d. The Bid, for which this Agreement is based, is genuine and not made in the interest of or on the behalf of any undisclosed individual or entity and is not submitted in conformity with any agreement or rules of any group, association, organization, or corporation. Also, CONTRACTOR has not sought by collusion any advantage over any other Bidder or over OWNER. 7. INDEMNIFICATION To the fullest extent permitted by Laws and Regulations, CONTRACTOR shall indemnify, hold harmless, and defend the officers, directors, members, partners, employees, agents, CONTRACTORs and other CONTRACTORs of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising directly or indirectly out of the obligations herein undertaken or resulting from the operations conducted, to the extent caused by any negligent act or omission of CONTRACTOR, any sub- CONTRACTOR of CONTRACTOR, or any individual or entity directly or indirectly employed by any of them to perform any of the Services or anyone for whose acts any of them may be liable. 8. PERSONNEL It is mutually agreed that CONTRACTOR is an independent CONTRACTOR and not an agent of the AUTHORITY, and as such the CONTRACTOR shall not be entitled to any AUTHORITY employment benefits, such as, but not limited to, vacation, sick leave, insurance, workmen's compensation, or pension and retirement benefits. 9. INSURANCE REQUIREMENTS SA-2
CONTRACTOR shall maintain insurance from companies licensed to write business in North Carolina, with an A.M. Best rating of A or higher, and acceptable to the AUTHORITY, of the kinds and minimum amounts specified below. Certificates and Notice of Cancellation; before commencing work under this contract, CONTRACTOR shall furnish AUTHORITY with certificates of all insurance required below. Certificates shall indicate the type; amount, class of operations covered, effective date and expiration date of all policies, and shall contain the following statement: The Certificate of Insurance, naming the AUTHORITY as an additional insured where specified, shall be further evidenced by an actual endorsement furnished to the AUTHORITY from the insurer within thirty (30) days of the signing of the contract between the CONTRACTOR and the AUTHORITY, and is included as an attachment of this AGREEMENT. The amount of insurance to be provided for all coverages listed under this section shall be not less than $1,000,000.00, unless otherwise specified, per occurrence for claims arising from bodily injury and/or property damage, including accidental death which may arise directly or indirectly from CONTRACTOR'S performance of professional services under this contract. The CONTRACTOR shall be responsible for any liability directly or indirectly arising out of professional services performed under this contract by a subcontractor which liability is not covered by the subcontractor's insurance. a. The CONTRACTOR shall maintain during the life of this contract WORKERS' COMPENSATION and EMPLOYER'S LIABILITY INSURANCE covering all of the CONTRACTOR'S employees to be engaged in the work under this contract, providing the required statutory benefits under North Carolina Workers Compensation Law, and Employers Liability Insurance providing limits at least in the amount of $500,000/500,000/500,000 applicable to claims due to bodily injury by accident or disease. Whenever work under this contract includes exposure to claims under the U. S. Longshoremen's and Harborworker's Act, such coverage shall be provided by appropriate endorsement to this policy. b. The CONTRACTOR shall take out and maintain during the life of this contract COMMERCIAL GENERAL LIABILITY INSURANCE, coverage. The AUTHORITY shall be named as an additional insured under this policy. Unless otherwise specified, this coverage shall be written providing liability limits at least in the amount of $1,000,000 per occurrence/$2,000,000 aggregate, Combined Single Limits, applicable to claims due to bodily injury and/or property damage arising from an occurrence. Exclusions applicable to explosion, collapse and underground hazards are to be deleted when the work involves these SA-3
exposures. The AUTHORITY shall be named an additional insured on this policy. c. The CONTRACTOR shall take out and maintain during the life of this agreement AUTOMOBILE LIABILITY INSURANCE. Such coverage shall be written on a comprehensive form covering owned, non-owned, hired and leased vehicles, providing liability limits at least in the amount of $1,000,000 per occurrence combined single limits applicable to claims due to bodily injury and/or property damage. The AUTHORITY shall be named an additional insured on this policy. 10. RESPONSIBILITY OF COMPLIANCE WITH LEGAL REQUIREMENTS The bidder's products, service and facilities shall be in full compliance with any and all applicable state, federal, local, environmental and safety laws, regulations, ordinances and standards or any standards adopted by nationally recognized testing facilities regardless of whether or not they are referred to in this agreement. 11. CANCELLATION The Authority reserves the right to cancel this agreement, or any part thereof, at any time, without penalty, and shall be the sole judge of its decision to cancel this order. Such cancellation may be based upon failure of seller to comply with the terms and conditions of this transaction, failure to perform the work with the promptness and diligence, failure to make shipment within the time specified or for any such reason. 12. TAXES The Cape Fear Public Utility Authority is exempt from and will not pay Federal taxes. A Federal exemption certificate will be furnished upon request. The Authority is not exempt from North Carolina State and local tax. North Carolina and local sales tax shall be shown as a separate item on the invoice. All materials must have the sales tax separated out on the invoice. 13. ENVIRONMENTAL POLICY Please refer to our website for the Cape Fear Public Utility Authority s Environmental Policy. Visit www.cfpua.org, click on the Departments tab, Environmental Management, and then choose Environmental Management. 14. ADVERTISING No advertising, sales promotion, other materials or presentations of the Contractor will identify or reference this contract, or the Cape Fear Public Utility Authority s name without the written consent of the Authority. This includes professional conferences, meetings and other events where the Contractor may be discussing or referencing either verbally or in writing CFPUA and/or the services or products covered under this SA-4
contract. Exception may be taken to the above with regard to listing the Authority as a job history reference in responses to requests for proposals. SA-5
SIGNATURES IN WITNESS WHEREOF, the OWNER has caused this Agreement to be duly executed in its name and behalf and the CONTRACTOR has cause this Agreement to be duly executed in its name and behalf and its corporate seal to be hereunto affixed, and attested to. CONTRACTOR CORPORATE SEAL: NAME: ADDRESS: SIGNED BY: ATTESTED BY: [President, Vice Pres, Assistant Vice Pres] [Secretary, Trust Officer] PRINT NAME: TITLE: PRINT NAME: TITLE: I,, a Notary Public, certify that the corporation s Secretary, [Notary (Print)] Assistant Secretary, or Trust Officer, personally [Secretary, Trust Officer] name came before me this day and acknowledged that s/he is the Secretary or Trust Officer of, a Corporation, and that by authority duly given and as act of the corporation, the foregoing instrument was signed in its name by its President, Vice President, or Assistant Vice President,, sealed with [President,VP,AVP] name its Corporate Seal, and attested by him/herself as its Secretary, Assistant Secretary, or Trust Officer. WITNESS my hand and official seal this the day of, 20. Notary Public My commission expires: SA-6
OWNER CAPE FEAR PUBLIC UTILITY AUTHORITY 235 Government Center Drive Wilmington, North Carolina 28403 SEAL: BY: Jim Flechtner Executive Director ATTEST: Donna S. Pope Clerk to the Board NORTH CAROLINA COUNTY I, the undersigned Notary Public do hereby certify that Donna S. Pope personally came before me this date and acknowledged that she is the Clerk to the Board of Cape Fear Public Utility Authority, Wilmington, North Carolina, and that, by authority duly given and the act of the Board, the foregoing document was signed in its name by its Executive Director, sealed with its corporate seal, and attested by herself as its Clerk. WITNESS my hand and official seal this the day of, 20. Notary Public My commission expires: AUTHORITY ATTORNEY S CERTIFICATION This instrument has been reviewed and is approved as to form this the day of, 20. Linda Miles Consulting Attorney to the Board AUTHORITY ACCOUNTANT S CERTIFICATION This instrument has been pre-audited in the manner required by the Local Government Budget and Fiscal Control Act this the day of, 20. Cheryl Spivey Chief Financial Officer SA-7