CITY OF CHARLOTTE – AVIATION DEPARTMENT 5601 WILKINSON BOULEVARD CHARLOTTE, NORTH CAROLINA 28208 (704) 359-4000 Date: September 24, 2013 RFP Number: 2013-09-001 Subject: Request for Proposals (“RFP”) on the following apparatus, supplies, materials, equipment and/or services for: INDOOR PLANT MAINTENANCE SERVICES RFP The City of Charlotte (the “City”) located in the State of North Carolina, is now accepting prequalification packages for the Indoor Plant Maintenance services RFP for Charlotte Douglas International Airport (“Airport”). Instructions for submitting pre-qualification packages are stated below. Please review them carefully. In order to participate in this RFP, all Proposers must pre-qualify by submitting the information requested in Section 7 on or before 12:00 p.m., Tuesday, October 1, 2013. A Pre-Proposal conference has not been scheduled for this solicitation. However, to aid you in submitting a proposal for this work, the Airport invites you to schedule a walk-through of the Airport plant maintenance service areas. Walk-throughs can be scheduled upon email request to cibailey@cltairport.com. All Proposals are due to the Airport – CLT Center, 5601 Wilkinson Boulevard, Charlotte, North Carolina 28208, no later than 11:00 a.m., EST – Tuesday, October 15, 2013. One (1) original (unbound) proposal signed in ink by a company official authorized to make a legal and binding offer, two (2) copies (unbound) and (1) electronic copy of the proposal on a CD in a searchable format such as MS Word or Adobe Acrobat of your proposal must be submitted in a box or opaque envelope plainly marked with the RFP number and service description as follows: RFPs - Attention: Crystal Bailey Name of Company Submitting Proposal Indoor Plant Maintenance Services RFP # 2013-09-001 Any changes to the terms, conditions or specifications stated in this proposal will be documented in a written addendum, issued by the Airport. These addenda will be posted on the Internet and may be accessed via the Airport website. We require each Service Provider to acknowledge receipt of all addenda using the space provided on the enclosed Proposal Response Forms. Please note that we will not consider any proposal that fails to acknowledge receipt of each issued addendum. Questions should be directed to Crystal Bailey at cibailey@cltairport.com. The City is an equal opportunity purchaser. Sincerely, Crystal Bailey Contract Administrator cc: Bob Lucas RFP# 2013-09-001 September 24, 2013 Section 1 Instructions to Service Providers SECTION 1 INSTRUCTIONS TO SERVICE PROVIDERS 1.1 Review and Comply: This RFP consists of the following components: Cover Letter: The letter that appears on the first page of this Proposal; Section I: General instructions regarding the RFP process (called “Instructions To Service Providers”); Section 2: The City’s standard contractual terms and conditions (called the “Terms and Conditions”) Section 3: Special conditions that apply to this procurement (called "Special Conditions"); Section 4: Specifications that describe the functions or features of the products and services for which the City seeks RFPs (called "Specifications"); Section 5: Insurance and indemnity requirements (called “Insurance Requirements”); Section 6: The forms that a Service Provider is required to complete and return as its Proposal (called the "Proposal Response Forms"); Section 7: Pre-Qualifications Forms and Instructions Addenda: Refers to any and all modifications or additions to this RFP that are issued in writing by the Airport. Each reference to this RFP includes all components listed above. Please review each of them carefully. Service Providers will be held accountable for having full knowledge of the contents of this RFP and for performing any due diligence that may be necessary to submit a binding proposal. 1.2 Definitions: Company A Service Provider that enters into a Contract with the Airport for all or part of the Products and Services covered by this RFP. Contract An agreement under which a Company agrees to provide all or part of the Products and Services to the Airport. Control The term shall be the meaning set forth in Section 2.29 below. Environmentally Preferable Products: RFP 2013-09-001 Products that have a lesser or reduced effect on human health and the environment when compared with competing products that serve the same purpose. This comparison may consider raw materials acquisition, production, manufacturing, packaging, distribution, reuse, operation, maintenance, or disposal of the product. September 24, 2013 1 Section 1 Instructions to Service Providers 1.3 Force Majeure Event: The term shall have the meaning set forth in Section 2.25 below. Products: All products that the Service Provider agrees to provide to the Airport as part of its Proposal. Proposal: A response submitted to this RFP. A Proposal shall be made on the Proposal Response Forms included in Section 6 of this RFP. Service Provider A company or an entity that submits a Proposal in response to this RFP. Services All services that the Service Provider agrees to provide to the Airport as part of its RFP, including but not limited to training, warranty and maintenance. Schedule: The following chart shows the schedule of events to prepare the Service Provider’s Proposal. The key events and deadlines for this process are as follows, some of which are set forth in more detail in the Sections that follow: DATE EVENT September 24, 2013 Issuance of RFP by the Airport. October 1, 2013 Submission of Pre-qualification Criteria: Proposers must submit Prequalification Package no later than 12:00 p.m. - EST to the CLT Center 5601 Wilkinson Boulevard, Charlotte, NC 28208 October 3, 2013 Pre-Qualifiers Notified October 8, 2013 Deadline for Clarification Questions for Pre-Qualified Proposers by 12:00 p.m.- EST October15, 2013 Proposals due no later than 11:00 a.m. - EST at the Airport- CLT Center 5601 Wilkinson Blvd, Charlotte, NC 28208 1.4 Contract Documents: Each Proposal constitutes an offer to become legally bound to a Contract with the Airport incorporating the RFP and the Service Provider’s Proposal. As part of the award notification process the Airport will send the Company a contract, which will contain the Terms and Conditions provided in Section 2 and the Insurance Requirements provided in Section 5. 1.5 Exceptions: Each Proposal submitted in response to this RFP constitutes a binding offer to comply with all terms, conditions, special conditions, specifications, and requirements stated in this RFP except to the extent that a Service Provider takes exception to such provisions in the manner required by this Section. To take exception to a provision of this RFP, the Service Provider must clearly identify in Form 2 of the Proposal Response Forms each of the following: (a) the number and title of each section of this RFP that the Service Provider takes exception to; (b) the specific sentence within RFP 2013-09-001 September 24, 2013 2 Section 1 Instructions to Service Providers such section that the Service Provider takes exception to; and (c) any alternate provision proposed by the Service Provider. Service Providers are reminded that a material variance from the terms of this RFP may result in the RFP being rejected by the Airport. 1.6 Multiple/Alternate Proposals: No Service Provider shall submit more than one Proposal unless multiple or alternate Proposals are requested in Special Conditions – Section 3. 1.7 How to Prepare Proposals: All Proposals shall be prepared as follows: 1.8 (A) Complete the Proposal Response Forms provided in Section 6 of this RFP. Proposals must be submitted only on these forms. (B) Proposals must be typewritten or completed in ink, signed by the Service Provider or the proposing firm's authorized representative. All erasures or corrections must be initialed and dated by the person who signs the Proposal Response Forms on behalf of the Service Provider. (C) Proposals must be accompanied by accurate descriptions of the exact materials, supplies, vehicles, and/or equipment offered for purchase. The Specifications may require that copies of detailed factory specifications, ratings, technical data, etc. be submitted along with the Service Provider’s Proposal. How to Submit Proposals: All Service Providers shall: (A) (B) Submit Proposals in a box or opaque envelope with the following information written on the outside: (1) The Service Provider’s name, (2) The RFP number as indicated on the Cover Letter, and (3) Identification of the equipment, supply and/or service for which the Proposal is submitted as indicated at the top of the Cover Letter. Mail or Deliver one (1) unbound original Proposal signed in ink by a company official authorized to make a legal and binding offer and two (2) copies plus one (1) electronic copy on a searchable CD in Microsoft or Adobe format to the address listed below, to be received no later than 11:00 a.m., EST- TUESDAY, OCTOBER 15, 2013. The "original" Proposal and copy shall be complete and unabridged, and shall not refer to any other copy of the signed/sealed original for any references, clarifications, or additional information. When received, all Proposals and supporting materials, as well as correspondence relating to this RFP, shall become the property of the Airport. Please be advised that the electronic copy on CD is for informational purposes only and will not be accepted as the official original Proposal. The original Proposal signed in ink by a company official must be submitted to be considered a responsive and valid Proposal. Proposals sent by facsimile will not be accepted. Mail or Deliver to: Charlotte Douglas International Airport - CLT Center 5601 Wilkinson Boulevard Charlotte, NC 28208 RFP 2013-09-001 September 24, 2013 3 Section 1 Instructions to Service Providers Attn: CRYSTAL BAILEY (C) 1.9 Proposals not received by the time and date specified in the Cover Letter of this RFP will not be opened or considered, unless the delay is a result of the negligence of the City, its agents, or assigns. Trade Secrets/Confidentiality: Upon receipt by the Airport, your Proposal is considered a public record except for material which qualifies as "trade secret" information under N.C. Gen. Stat. 66-152 et. seq. Upon submission, your Proposal will be provided to Airport staff and others who participate in the evaluation process, and upon award of the Contract, to members of the general public who submit public records requests. To properly designate material as trade secret under these circumstances, each Service Provider must take the following precautions: (a) any trade secrets submitted by a Service Provider should be submitted in a separate, sealed envelope marked "Trade Secret - Confidential and Proprietary Information - Do Not Disclose Except for the Purpose of Evaluating this Proposal," and (b) the same trade secret/confidentiality designation should be stamped on each page of the trade secret materials contained in the envelope. Do not attempt to designate your entire Proposal as a trade secret, and do not attempt to designate pricing information as a trade secret. Doing so may result in your Proposal being disqualified. In submitting a Proposal, each Service Provider agrees that the Airport may reveal any trade secret materials contained in such response to all Airport staff and officials involved in the selection process, and to any outside consultant or other third parties who assist the Airport in the selection process. Furthermore, each Service Provider agrees to indemnify and hold harmless the City and each of its officers, employees, and agents from all costs, damages, and expenses incurred in connection with refusing to disclose any material, which the Service Provider has designated as a trade secret. 1.10 Questions: The Airport is committed to providing all prospective Service Providers with accurate and consistent information in order to ensure that no Service Provider obtains an unfair competitive advantage. To this end, from the posting date of this RFP until the Proposal submission due date, no interpretation or clarification of the meaning of any part of this RFP will be made orally to any prospective Service Provider. Requests for information or clarification of this RFP must be made in writing and addressed to CRYSTAL BAILEY at the email address listed below. Questions should reference the RFP page and topic number, and must be submitted by 12:00 P.M., Tuesday, October 8, 2013. CRYSTAL BAILEY City – Aviation Department - CLT Center RFP # 2013-09-001 5601 Wilkinson Boulevard Charlotte, North Carolina 28208 E-mail: cibailey@cltairport.com The Airport will post answers to questions posed by prospective Service Providers and/or general information concerning this RFP in the form of an addendum on the Internet at: http://charmeck.org/city/charlotte/Airport/AboutCLT/Pages/ADsForBids.aspx RFP 2013-09-001 September 24, 2013 4 Section 1 Instructions to Service Providers Once on the Airport’s website, search by RFP title: Indoor Plant Maintenance Services. It is the Service Provider’s responsibility to check for any addenda or changes to this RFP. The Airport reserves the right to disqualify any prospective Service Provider who contacts a City employee, or agent concerning this RFP, other than in accordance with this Section. 1.11 How to Submit an Objection: (A) When a pre-Proposal conference is scheduled, Service Providers should either present their objection at that time (either verbally or in writing), or submit a written objection prior to the scheduled pre-Proposal conference. (B) When a pre-Proposal conference is not scheduled, Service Providers must submit objections in writing at least ten (10) days prior to the submission due date of the Proposal. (C) Except for objections raised at the pre-Proposal conference, all objections must be directed to the Airport contact designated in the preceding section. (D) Failure to object in the manner specified above shall constitute a waiver of any objections the Service Provider may have to the terms of this RFP, or anything that occurred in the RFP process through the end of the pre-RFP conference. 1.12 Binding Offer: Each Proposal shall constitute a firm offer that is binding for ninety (90) days from the due date for submission of Proposals. 1.13 Errors in Proposals: In case of error in extension of prices in the Proposal, the unit prices shall govern. 1.14 Airport Rights and Options: The Airport reserves the following rights, which may be exercised at the sole discretion of the Aviation Director, or his designee: 1.14.1 to supplement, amend, substitute or otherwise modify this RFP at any time; 1.14.2 to cancel this RFP with or without the substitution of another RFP; 1.14.3 to take any action affecting this RFP, this RFP process, the Services or facilities subject to this RFP that would be in the best interests of the Airport; 1.14.4 to issue additional requests for information; 1.14.5 to require one or more Service Providers to supplement, clarify or provide additional information in order for the Airport to evaluate the Proposals submitted; 1.14.6 to conduct investigations with respect to the qualifications and experience of each Service Provider; 1.14.7 to change the RFP submission due date or any other dates relevant to the RFP; 1.14.8 to waive any defect or irregularity in any Proposal received; 1.14.9 to reject any or all Proposals; RFP 2013-09-001 September 24, 2013 5 Section 1 Instructions to Service Providers 1.14.10 to award all, none, or any part of the items that is in the best interest of the Airport, with one or more of the Service Providers responding, which may be done with or without re-solicitation; 1.14.11 to enter into any agreement deemed by the Airport to be in its best interest, with one or more of the Service Providers responding. 1.15 Proposals on All or Part: Unless otherwise specified, the Airport reserves the right to make award on all or part of the Services to be purchased. Service Providers may restrict their Proposals to consideration in the aggregate by so stating in the Proposal. However, Proposals restricted to consideration in the aggregate must also include a unit price on each Service proposed. 1.16 RFP Not an Offer: This RFP does not constitute an offer by the Airport. No recommendations or conclusions from this RFP process shall constitute a right (property or otherwise) under the Constitution of the United States or under the Constitution, case law, or statutory law of North Carolina. 1.17 Equal Opportunity: The Airport has an equal opportunity purchasing policy that seeks to ensure that all segments of the business community have access to supplying the goods and services needed by Airport programs. The Airport provides equal opportunity for all businesses and does not discriminate against any Service Providers regardless of race, color, religion, age, sex, and national origin or disability. 1.18 No Collusion or Conflict of Interest: By responding to this RFP, the Service Provider shall be deemed to have represented and warranted that the Proposal is not made in connection with any competing Service Provider submitting a separate Proposal to this RFP, and is in all respects fair and without collusion or fraud. 1.19 Anti-lobbying Provision: Maintaining the integrity of its RFP process is of paramount importance for the Airport. To this end, we ask each Service Provider’s cooperation in voluntarily refraining from contacting any members of the City Council until the award of this contract is presented to the successful proposer. 1.20 Certified Test Report: If the Specifications or Special Conditions require a certified test report, Service Providers shall provide such report at their expense, prior to or with their RFPs. The certified test report shall be from a recognized independent testing laboratory or manufacturer’s quality control laboratory and shall show all test results and full compliance with the applicable Specifications. 1.21 Brand Name: If and whenever brand names, makes, names of manufacturers, trade names or model numbers are stated in this RFP, they are for the purpose of establishing a grade or quality of material. The Airport will evaluate any approved alternates to specified brand names, except for items identified in Section 4 as Products for which no substitute is acceptable. 1.22 Statutory Requirements: Any Contract awarded as a result of this RFP shall be in full conformance with all statutory requirements of North Carolina and all statutory requirements of the Federal Government, to the extent applicable. It is up to each Service Provider to conduct its own due diligence as to what statutory requirements may apply. RFP 2013-09-001 September 24, 2013 6 Section 1 Instructions to Service Providers 1.23 Guarantor: If the Service Provider is a subsidiary of another entity, the Airport requires that the Service Provider’s parent entity provide a guarantee of payment of all of the Service Provider’s obligations under the Contract. The Airport may also require that the Service Provider obtain a guaranty from an entity other than the parent if the Airport concludes that such guaranty would be beneficial to protect the Airports interest. If the Service Provider is not a subsidiary, the Airport may require that the Service Provider obtain a guaranty of payment from another entity if the Airport concludes that such guaranty would be beneficial to protect the Airports interest. If a guarantor is required, the Service Provider must: (a) identify a guarantor that is acceptable to the Airport, (b) provide the Airport with the same financial information about the guarantor that the Service Provider is required to provide about itself under this RFP; and (c) provide the Airport with a signed, legally binding guaranty agreement from the approved guarantor that is acceptable to the Airport in the Airport’s sole discretion. Failure to comply with the forgoing shall be grounds for rejection of the Service Provider’s Proposal. 1.24 Evaluation: As part of the evaluation process, the Airport may engage in discussions with any Service Provider. Discussions might be held with individual Service Providers to determine in greater detail the Service Provider’s qualifications, to explore with the Service Provider the scope and nature of the required contractual Services, to learn the Service Provider’s proposed method of performance and the relative utility of alternative methods, and to facilitate arriving at a Contract that will be satisfactory to the Airport. The Airport may in its discretion require one or more Service Providers to make presentations to the evaluation committee or appear before the Airport and/or its representatives for an interview. During such interview, the Service Provider may be required to orally and otherwise present its Proposal and to respond in detail to any questions posed. Additional meetings may be held to clarify issues or to address comments, as the Airport deems appropriate. Service Providers will be notified in advance of the time and format of such meetings, if required. Since the City may choose to award a Contract without engaging in discussions or negotiations, the Proposal submitted shall define the Service Provider's best offer for performing the Services described in this RFP. 1.25 Environmental Preferable Purchasing: The Airport promotes the practice of Environmentally Preferable Purchasing (EPP) in acquiring Products or Services. Applicable EPP attributes that may be taken into consideration as environmental criterion include the following: Recycled content Recyclability Biodegradability Energy and water efficiency Durability Renewable resources Packaging Reduced toxicity Low volatile organic compounds Take back options Environmentally preferable products have a lesser or reduced effect on human health and the environment when compared with competing products that serve the same purpose. This comparison may consider raw materials acquisition, production, manufacturing, packaging, distribution, reuse, operation, maintenance, or disposal of the product. RFP 2013-09-001 September 24, 2013 7 Section 1 Instructions to Service Providers Service Providers able to supply Products or Services containing any of the applicable environmentally preferable attributes that meet performance requirements are encouraged to offer them in their Proposal. Service Providers must provide certification of environmental standards and other environmental claims, such as recycled content and emissions data or a formal statement signed by a senior company official. 1.26 Contract Award by City Council: The Contract to be awarded under this RFP must be approved by the City Council. In the event City Council approval is not received within ninety (90) calendar days after the submission due date for the Proposals, the Service Provider may request that it be released from the solicitation. 1.27 Post Award Conference: A post-award conference may be scheduled as soon as practical after the award of the Contract. The Company shall attend the conference along with the Company’s prospective representative and any anticipated major subvendors, and shall provide at such conference a written schedule for the delivery of any Products or Services for which no delivery dates have been specified in this RFP. RFP 2013-09-001 September 24, 2013 8 Section 2 Terms and Conditions SECTION 2 TERMS AND CONDITIONS Each Proposal submitted in response to this RFP constitutes an offer to become legally bound to a Contract with the Airport incorporating the following terms and conditions: 2.1 Contract Types: The Contract resulting from this RFP will be of the type indicated below: ____ Definite Quantity: The Contract will be a fixed-price contract that provides for delivery of a specified quantity of products and any related services either at specified times or when ordered. X_ 2.2 Indefinite Quantity: The Contract will be a unit price contract for an indefinite number of service calls to be complete at specified times, or as requested. In some cases, indefinite quantity contracts may state a minimum quantity that the Airport is obligated to order. The Airport may make available to Service Providers information regarding its purchase history or projected estimates of the approximate frequency of service orders that will be needed. Notwithstanding such information, each Service Provider is required to perform its own due diligence on which to base its Proposal. Inaccuracy of information provided by the Airport will not give rise to any claim against the Airport, or entitle any Service Provider to rescind its Proposal or terminate or amend the Contract. Terms of Contract: X_ (A) Unit Price Contract: Contract awarded is for a unit price when product and service needs are based upon indefinite quantities, and where orders will be based on actual needs that may exceed or be less than projections. Contract Terms: The contract term shall be for a period of three (3) years from the date of award. The City reserves the right to extend, renew, or not to renew the Contract. _ (B) One Time Purchase: Contract awarded is for a specific quantity purchased at one time. 2.3 Notice to Proceed: The successful Service Provider shall not commence work under this RFP until duly notified by receipt of an executed Contract from the Airport. If the successful Service Provider commences work or makes shipment prior to that time, such action is taken at the Service Provider’s risk, without any obligation of reimbursement by the Airport. 2.4 Delivery Time: When delivery time is requested in this RFP, (whether in the form of a specific delivery date or maximum number of days for delivery) time is of the essence. Each Proposal shall be deemed a binding commitment of the Service Provider to meet the delivery time stated herein unless the Proposal specifically takes exception. If such delivery time is not met, the City shall be entitled to terminate the Contract immediately for default and/or exercise any other remedies available at law or in equity. RFP 2013-09-001 September 24, 2013 9 Section 2 Terms and Conditions 2.5 Prices Are Firm: Each Service Provider warrants the Proposal price(s), terms and conditions quoted in its Proposal shall be firm for acceptance by the Airport for a period of Ninety (90) Days from the date of the Proposal submission due date. Once award is made and a Contract is in place, prices shall remain firm and fixed for the entire Contract period, unless otherwise provided in the Special Conditions. If your Proposal includes price increases over the term of the Contract, such increases must be clearly designated on the Price Sheet in the Proposal. 2.6 Prompt Payment Discounts: Service Providers are urged to compute all discounts into the price offered. If a prompt payment discount is offered, it will not be considered in the award of the contract except as a factor to aid in resolving cases of identical prices. 2.7 Quality: Whenever this RFP or any other part of the Contract states that an item or service shall be in accordance with laws, ordinances, building codes, underwriter’s codes, applicable A.S.T.M. regulations or similar expressions, the requirements of such laws, ordinances, etc., shall be construed to be minimum requirements that are in addition to any other requirements that may be stated in this RFP or the Contract. 2.8 Inspection at Service Providers Site: The Airport reserves the right to inspect the equipment, plant or other facilities of a Service Provider prior to Contract award, and during the Contract term from time to time as the Airport deems necessary to confirm that such equipment, plant or other facilities conform with the Specifications and are adequate and suitable for proper and effective performance of the Contract. Such inspections shall be conducted during normal business hours and upon at least three (3) day notice to the Service Provider. 2.9 Acceptance of Services: In the event Services provided to the Airport do not comply with the Contract, the Airport shall be entitled to terminate the Contract upon written notice to the Company. In the event the Services provided under this RFP do not comply with the Contract, the Airport reserves the right to cancel the Service and rescind any related purchase of products upon written notice to the Company. The remedies stated in this section are in addition to and without limitation of any other remedies that the City may have under the Contract, at law or in equity. 2.10 Guarantee: Unless otherwise specified by the Airport, the Service Provider unconditionally guarantees the materials and workmanship on all Products and/or Services. If, within the guarantee period any defects occur due to faulty Products and/or Services, the Service Provider at their expense, shall repair or adjust the condition, or replace the Product and/or Services to the complete satisfaction of the Airport. These repairs, replacements or adjustments shall be made only at such time as will be designated by the Airport to ensure the least impact to its business operation. 2.11 Manufacturer or Dealer Advertisement: No manufacturer or dealer shall advertise on Services rendered to the Airport without prior approval by the Aviation Director or his designee. 2.12 Right to Cover: If the Company fails to comply with any term or condition of the Contract or the Service Provider’s Proposal, the Airport may take any of the following actions with or without terminating this Contract, and in addition to and without limiting any other remedies it may have: (A) Employ such means as it may deem advisable and appropriate to obtain the applicable Products and/or Services from a third party; and RFP 2013-09-001 September 24, 2013 10 Section 2 Terms and Conditions (B) Recover from the Company the difference between what the Airport paid for such Products and/or Services on the open market and the price of such Products and/or Services under the Contract or the Service Provider’s Proposal. 2.13 Right to Withhold Payment: If a Service Provider breaches any provision of the Contract, the Airport shall have the right to withhold all payments due to the Company until such breach has been fully cured. 2.14 Certification of Independent Price Determination: By submission of this Proposal, the Service Provider certifies, and in the case of a joint Proposal each party thereto certifies as to its own organization, that in connection with this procurement: (A) The prices in this Proposal have been arrived at independently, without consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other Service Provider or with any competitor; and (B) Unless otherwise required by law, the Service Provider has not knowingly disclosed the prices that have been quoted in this Proposal directly or indirectly to any other Service Provider or to any competition prior to the submission due date of the Proposal. (C) No attempt has been made or will be made by the Service Provider to induce any other person or firm to submit or not to submit a Proposal for the purpose of restricting competition. 2.15 Subcontracting: The Company shall not subcontract any of its obligations under this Contract without the Airport’s prior written consent. In the event the Airport does consent in writing to a subcontracting arrangement, the Company shall be the prime vendor and shall remain fully responsible for performance of all obligations which it is required to perform under this Contract. Any subcontract entered into by Company shall name the Airport as a third party beneficiary. 2.16 Compliance with Laws: All Products and Services delivered under this RFP shall be in compliance with all applicable federal, state and local laws, regulations and ordinances. In performing the Contract, the Company shall obtain and maintain all licenses and permits, and comply with all federal, state and local laws, regulations and ordinances. 2.17 E-Verify: Acceptance of this Contract shall represent your understanding and compliance with NC HOUSE BILL S.L. 2013-418: H 786 which requires all contractors with 25 or more employees to comply with the federal requirements to verify their employees legal work status through the U.S. citizenship and immigration services, Everify system. Further, the Service Provider shall complete and submit as part of their Proposal the certification in Section 7 of this RFP. 2.18 City License Requirement: A current City of Charlotte and/or Mecklenburg County business license is required for the Service Provider who either personally or through agents, solicits business within the city limits; or picks up and/or delivers goods or delivers services within the city limits. All questions regarding licensing should be directed to the Business Tax Collections office, 704-336-6315. 2.19 No Liens: All Products shall be delivered and shall remain free and clear of all liens and encumbrances. RFP 2013-09-001 September 24, 2013 11 Section 2 Terms and Conditions 2.20 Other Remedies: Upon breach of the Contract, each party may seek all legal and equitable remedies to which it is entitled. The remedies set forth herein shall be deemed cumulative and not exclusive and may be exercised successively or concurrently, in addition to any other available remedy. 2.21 Amendment: No amendment or change to the Contract shall be valid unless in writing and signed by both parties to the Contract. 2.22 Governing Law and Jurisdiction: North Carolina law shall govern the interpretation and enforcement of the Contract, and any other matters relating to the Contract (all without regard to North Carolina conflicts of law principles). All legal actions or other proceedings relating to the Contract shall be brought in a state or federal court sitting in Mecklenburg County, North Carolina. By submitting a Proposal to this RFP, the parties submit to the jurisdiction of said courts and hereby irrevocably waive any and all objections that they may have with respect to venue in any court sitting in Mecklenburg County, North Carolina. 2.23 Binding Nature and Assignment: The Contract shall bind the parties and their successors and permitted assigns. Neither party may assign the Contract without the prior written consent of the other. Any assignment attempted without the written consent of the other party shall be void. For purposes of this section, a change in control, as defined in this RFP shall constitute an assignment. 2.24 No Delay Damages: Under no circumstances shall the Airport be liable to the Company for any damages arising from delay, whether caused by the Airport or not. 2.25 Force Majeure: Neither party shall be liable for any failure or delay in the performance of its obligations pursuant to the Contract, and such failure or delay shall not be deemed a default of the Contract or grounds for termination hereunder if all of the following conditions are satisfied: (A) If such failure or delay: 1. 2. 3. Could not have been prevented by reasonable precaution; Cannot reasonably be circumvented by the non-performing party through the use of alternate sources, work-around plans, or other means; and If, and to the extent, such failure or delay is caused, directly or indirectly, by fire, flood, earthquake, hurricane, elements of nature or acts of God, acts of war, terrorism, riots, civil disorders, rebellions or revolutions or court order. (B) An event that satisfies all of the conditions set forth above shall be referred to as a “Force Majeure Event.” Upon the occurrence of a Force Majeure Event, the affected party shall be excused from any further performance of those of its obligations which are affected by the Force Majeure Event for as long as (a) such Force Majeure Event continues and (b) the affected party continues to use reasonable efforts to recommence performance whenever and to whatever extent possible without delay. (C) Upon the occurrence of a Force Majeure Event, the affected party shall promptly notify the other by telephone (to be confirmed by written notice within five (5) days of the inception of the failure or delay) of the occurrence of a Force Majeure Event and shall describe in reasonable detail the nature of the Force Majeure Event. If any Force Majeure Event prevents the Company from performing its RFP 2013-09-001 September 24, 2013 12 Section 2 Terms and Conditions obligations for more than fifteen (15) days, the Airport shall have the right to terminate the Contract by written notice to the Company. (D) Notwithstanding anything contained herein to the contrary, strikes, slow-downs, walkouts, lockouts, and industrial disputes of the Company or its sub-vendors shall not constitute a “Force Majeure Event” and are not excused under this provision. Nothing in the preceding Force Majeure provisions shall relieve the Company of any obligation it may have regarding disaster recovery, whether under the Contract or at law. 2.26 Severability: The invalidity of one or more of the phrases, sentences, clauses or sections contained in the Contract shall not affect the validity of the remaining portion of the Contract so long as the material purposes of the Contract can be determined and effectuated. If any provision of the Contract is held to be unenforceable, then both parties shall be relieved of all obligations arising under such provision, but only to the extent that such provision is unenforceable, and the Contract shall be deemed amended by modifying such provision to the extent necessary to make it enforceable while preserving its intent. 2.26 No Publicity: No advertising, sales promotion or other materials of the Company or its agents or representations may identify or reference the Contract, the City, or the Airport in any manner without the prior written consent of the Airport. Notwithstanding the forgoing, the parties agree that the Company may list the Airport as a reference in responses to requests for RFPs, and may identify the Airport as a customer in presentations to potential customers. 2.27 Waiver: No delay or omission by either party to exercise any right or power it has under the Contract shall impair or be construed as a waiver of such right or power. A waiver by either party of any covenant or breach of the Contract shall not constitute or operate as a waiver of any succeeding breach of that covenant or of any other covenant. No waiver of any provision of the Contract shall be effective unless in writing and signed by the party waiving the rights. 2.28 Survival of Provisions: Those sections of the Contract and the exhibits, which by their nature would reasonably be expected to continue after the termination of the Contract shall survive the termination of the Contract. 2.29 Change in Control: In the event of a change in “Control” of the Company (as defined below), the Airport shall have the option of terminating the Contract by written notice to the Company. The Company shall notify the Airport within ten (10) days of the occurrence of a change in control. As used in the Contract, the term “Control” shall mean the possession, direct or indirect, of either (i) the ownership of or ability to direct the voting of, as the case may be fifty-one percent (51%) or more of the equity interests, value or voting power in the Company or (ii) the power to direct or cause the direction of the management and policies of the Company whether through the ownership of voting securities, by contract or otherwise. 2.30 Commercial Non-Discrimination: The City has adopted a Commercial NonDiscrimination Ordinance that is set forth in Section 2, Article V of the Charlotte City Code, and is available for review on the City’s website (the “Non-Discrimination Policy”). As a condition of entering into this Contract the Company agrees to comply with the Non-Discrimination Policy, and consents to be bound by the award of any arbitration RFP 2013-09-001 September 24, 2013 13 Section 2 Terms and Conditions conducted there under. As part of such compliance, the Company shall not discriminate on the basis of race, gender, religion, national origin, ethnicity, age, or disability in the solicitation, selection, hiring, or treatment of sub-vendors, vendors, suppliers, or commercial customers in connection with a City contract or contract solicitation process, nor shall the Company retaliate against any person or entity for reporting instances of such discrimination. The Company shall provide equal opportunity for sub-vendors, vendors and suppliers to participate in all of its subcontracting and supply opportunities on City contracts, provided that nothing contained in this clause shall prohibit or limit otherwise lawful efforts to remedy the effects of marketplace discrimination that has occurred or is occurring in the marketplace. As a condition of entering into the Contract, the Company agrees to: (a) promptly provide to the City all information and documentation that may be requested by the City from time to time regarding the solicitation, selection, treatment and payment of subvendors in connection with this Contract; and (b) if requested, provide to the City within sixty days after the request a truthful and complete list of the names of all sub-vendors, vendors, and suppliers that Company has used on City contracts in the past five years, including the total dollar amount paid by Company on each subcontract or supply contract. The Company further agrees to fully cooperate in any investigation conducted by the City pursuant to the City’s Non-Discrimination Policy, to provide any documents relevant to such investigation that are requested by the City, and to be bound by the award of any arbitration conducted under such Policy. The Company agrees to provide to the City from time to time on the City’s request, payment affidavits detailing the amounts paid by Company to sub-vendors and suppliers in connection with this Contract within a certain period of time. Such affidavits shall be in the format specified by the City from time to time. The Company understands and agrees that violation of this Commercial NonDiscrimination provision shall be considered a material breach of Contract and may result in contract termination, disqualification of the Company from participating in City contracts and other sanctions. RFP 2013-09-001 September 24, 2013 14 Section 3 Special Conditions SECTION 3 SPECIAL CONDITIONS 3.1 Price Adjustment As Part of the Proposal: To submit price adjustments as part of your Proposal, you must: (a) comply with any limitations or instructions that are stated in this RFP; and (b) state very clearly in the Price Sheet of your Proposal Response Forms the proposed price adjustments or, if permitted, the price adjustment formula. Restrictions and instructions regarding price adjustments are provided in the Proposal Response Forms. It is important that you check for these restrictions and instructions carefully. In some instances price adjustments are not permitted as part of the RFP. In other instances formula price increases are prohibited due to the difficulty they create in comparing Proposal prices. 3.2 Price Adjustment If Not Included As Part of the Proposal: If price adjustments are not included in your Proposal, the price(s) stated in your Proposal shall apply for the entire term of the Contract unless the Airport approves a price adjustment in writing in accordance with the following terms: A. Price increases shall only be allowed when justified in the Airport’s sole discretion based on legitimate, bona fide increases in the cost of materials. No adjustment shall be made to compensate a Company for inefficiency in operation, increase in labor costs, or for additional profit. B. To obtain approval for a price increase, the Company shall submit a written request to the Airport representative, at the address listed below, together with written documentation sufficient to demonstrate that the increase is necessary based on a legitimate increase in the cost of materials. The request must state and fully justify the proposed price increase per unit over the price originally proposed. City - Aviation Department – CLT Center 5601 Wilkinson Boulevard Charlotte, NC 28208 Attention: Purchasing Manager C. No proposed price increase shall be valid unless accepted by the Airport in writing. The Airport may approve such price increase for the remaining term of the Contract or for a shorter specified period, in the Airport’s sole discretion. If the Airport rejects such price increase, the Company shall continue performance of the Contract. D. If the Airport approves a price increase pursuant to this Section and the market factors justifying the increase shift so that the increase is no longer justified, the Airport shall have the right to terminate the price increase and revert back to the prices that were in effect immediately prior to the increase. The Company shall notify the Airport in writing if the market factors on which the Airport granted the increase change such that the Airport’s reasons for granting the increase longer apply. 3.3 Options and Accessories: The Airport may in its discretion purchase from the Company options and accessories beyond what is called for in the Specifications, provided that such purchase does not create unfairness so as to defeat the purpose of the Bidding statutes. 3.4 Documentation: The Company will provide for all Products purchased under this RFP written or electronic documentation that is complete and accurate, and sufficient to enable Airport employees with ordinary skills and experience to utilize such Products for the purpose for which the Airport is acquiring them. RFP 2013-09-001 September 24, 2013 15 Section 3 Special Conditions 3.5 Design and/or Manufacturer Requirement: All Products and Services shall meet the Specifications set forth in Section 4 of this RFP. 3.6 Contract Monitoring: The Airport shall have the right to audit the Company’s compliance with the terms and conditions of this Contract at such times as the Airport deems appropriate. The Company shall develop an action plan to correct any Contract deficiency identified during these compliance audits, and submit within thirty (30) days of notification of non-compliance. 3.7 Reporting: The Company shall provide such written reports of purchasing and expenditures as may be requested by the City from time to time, including without limitation any reports described in the Specifications. 3.8 Audit: During the term of the Contract and for a period of three (3) years after termination or expiration of this Contract for any reason, the Airport shall have the right to audit, either itself or through a third party, all books and records (including but not limited to the technical records) and facilities of the Company necessary to evaluate Company’s compliance with the terms and conditions of the Contract or the Airport’s payment obligations. The Airport shall pay its own expenses, relating to such audits, but shall not have to pay any expenses or additional costs of the Company. However, if non-compliance is found that would have cost the Airport in excess of $5,000 but for the audit, then the Company shall be required to reimburse the Airport for the cost of the audit. 3.9 Liquidated Damages: The Company acknowledges and agrees that the Airport may incur costs if the Company fails to meet the certain requirements set forth in the Specifications (including without limitation the opening date requirement, delivery times, inventory levels, accurate invoices and reporting requirements). The Company further acknowledges and agrees that: (a) the Airport may be damaged by such failures, including loss of goodwill and administrative costs; but that (b) the costs that the Airport might reasonably be anticipated to accrue as a result of such failures are difficult to ascertain due to their indefiniteness and uncertainty. Accordingly, the Company agrees to pay liquidated damages at the rates set forth in the Specifications. The parties agree that the liquidated damages set forth in the Specifications, if any, shall be the Airport’s exclusive remedy for loss of goodwill and administrative costs, attributable to a failure by the Company to meet such delivery times, but shall not be the remedy for the cost to cover or other direct damages. a. Background Checks: The Company agrees that it has conducted or will conduct background checks on all personnel who will be working at the Airport or delivering Products or Services under the Contract. The Company will conduct such background checks prior to the personnel commencing work hereunder, whether as part of the Company’s standard pre-employment screening practices or otherwise. The Company will complete a background check on an annual basis for each person working at the Airport. Background checks will include at a minimum: 1 - criminal records search, 2 - identification verification; and 3 - proof of authorization to work in the United States. The Company agrees if any personnel do not meet the background qualifications, he/she shall not be assigned to perform Services under this Contract. The Company will notify the Airport immediately if a background check reveals any conviction(s). If there is any question as to whether any personnel meets the background qualifications, prior to assignment of any Services under this Contract, the Company shall contact the Airport immediately. 3.10 Multiple Contract Awards: The Airport reserves the right to award multiple Contracts for the Services required by this RFP if the Airport deems multiple Contracts to be in its best interest. RFP 2013-09-001 September 24, 2013 16 Section 4 Specifications SECTION 4 SPECIFICATIONS This Section contains information that identifies the Products and/or Services to be provided. The contract awarded will be non-exclusive for these Services. Partial Proposals will not be accepted. Proposals must include all items listed in this RFP. 4.1 Scope of Work: The Service shall include all supervision, expertise, tools, fertilizers, pesticides, insecticides, fungicides, sprays, equipment, trash bags and other supplies adequate in kind and quality to perform indoor plant maintenance for airport-owned plants at Airport. The Airport will provide plant, planters, soil, and plant materials. Please note: The Company’s contract may not be limited to items listed in this RFP, as other plant services may be needed. Indoor services will include performing plant maintenance in the main Airport terminal to include: upper lever ticketing area, seating, Checkpoint E, main atrium, lower level baggage claim area, badging office, and specific areas for each of the five (5) concourses. Other services includes performing plant maintenance for the upper level Airport entrances to include: fifteen (15) planters outside ticketing entrances, installation of two (2) seasonal rotations of exterior flowering plants and the pruning and cleaning of three (3) trees located in the Business Valet parking area twice a year. In addition, three (3) planters are located on the lower level East end of the terminal building. The City will supply the plants that are seasonal and will be re-planted by the Company. The planter sizes are one (1) large 8-foot by 30-inch deep rectangle planter and two (2) 36-inch round planters. All plants and planters serviced under this Contract will be watered by the Company. Horticultural services shall consist of maintaining the health and appearance of all plants. The services shall be managed by a Professional Landcare Network (PLANET) certified Service Manager with at least three (3) years’ experience in managing services for the interior landscape industry. Service shall be performed by trained knowledgeable service technician(s) who are certified to apply pesticides and other applicable chemicals as needed. • • • 4.2 Airport operates on 24 hour a day, 7 days a week basis. Normal service hours will be between the hours of 8:00 a.m. to 5:00 p.m. Monday thru Friday. Cleaning and pruning service will be performed between the hours of 11:00 p.m. to 6:00 a.m. Maintenance of Indoor Plants: The Company must perform servicing on a predetermined basis by a fully insured staff person with a horticulture degree, or a staff person working under the supervision and direction of a fully insured staff person with a horticulture degree. Services shall include watering, fertilizing, spraying, cleaning, RFP 2013-09-001 September 24, 2013 17 Section 4 Specifications leaching, aerating, re-mulching, plant rotation of annuals, and plant replacement in accordance with sound horticultural practice. If an area containing plants is not readily accessible during the provision of weekly services, the Company shall notify the Airport project manager prior to leaving the site to arrange for servicing of those plants. 1. Hours of Service: Normal service hours will be between the hours of 8:00 a.m. to 5:00 p.m. Monday thru Friday. All work scheduled outside normal service hours need to be scheduled and approved in advance with the Airport. All services are to be performed on a non-interfering basis to minimize traffic control and to maximize pedestrian safety. Services will be performed as need to ensure cleanliness, plants free of pests and unsightly or damaged leaves at all times. Non-routine hours will be required to perform certain aspects of the Service such as cleaning and pruning service, which will be performed between the hours of 11:00 p.m. to 6:00 a.m. 2. Facilities: The Airport will provide on-site storage facilities to be used for supplies and equipment applicable to site-specific services only. The Company is responsible for maintaining these areas in a clean and orderly state. Additional environmentally controlled areas may be available for rotation and re-growing of seasonal color and other plants as deemed appropriate. 3. Watering: Inspection of soil moisture levels and replenishment as necessary to meet requirements of plants. All water spills must be cleaned up immediately to prevent safety issues from occurring. 4. Pest and Disease Control: Inspection for soil and foliar insect pests, diseases and other such infestations. Take action and treat before there is any sign of damage. Treat all plants for fungus gnats with both a systemic and contact pesticide to prevent outbreaks before delivery. Many areas of the Airport involve delicate environments and require spraying pesticides after hours or in a predetermined area of the Airport. Special equipment, such as an Electrostatic Sprayer, is currently used for pest treatment and is considered the safest and most effective method for pest control. The implementation of control measures for pest and disease infestations shall be in compliance with all Federal and local regulations. Upon request, the Company shall furnish the Airport with documentation of such compliance. The Company and certified/technical staff are required to possess and maintain North Carolina pesticide applicator licenses during the full term of the contract. 5. Material Safety Data Sheet (MSDS): Provide MSDS information to the Airport on any applicable chemicals used on or in the properties. a. Any and all chemicals applied to the plants as a part of the indoor planting maintenance program are to be applied by individuals with the appropriate State of North Carolina licenses. b. A copy of a current license for the individual applying the chemicals is to be provided prior to the application. Protection is to be provided for all adjacent surfaces. c. All chemical treatments must be scheduled after normal working hours and be pre-approved by the Airport for any applicable chemicals used in the Airport. RFP 2013-09-001 September 24, 2013 18 Section 4 Specifications 6. Pruning: Each species will be pruned in accordance with the particular varieties' needs. The correct pruning procedure will require special equipment and coordination with Airport personnel. 7. Fertilization: Regular checks of the various species and awareness of the proper time, type and amount of fertilization that is essential to promote the right amount of lush, green foliage. 8. pH levels: Regular checks, at a minimum of twice per year, of soil to monitor pH levels and make necessary adjustments to bring levels to acceptable range for each plant. 9. Rotation of plants: Rotate plants as necessary, relative to any predominant light source in order to maintain attractive shape. All plants must retain their upright position without stakes. 10. Cleaning: All foliage will be kept cleaned, trimmed, and free of dust and pollution. Clean any decorative containers and remove debris from soil surface and tree grates each visit. Adequate time must be allotted for ongoing cleaning due to the high levels of dust prevalent at the Airport. 11. Leaching: Leaching to maintain proper soluble salt levels in the soil. This involves heavy saturation of soil with water to cleanse soil, back pumping excess water out and away from roots. 12. Soil Levels: Service of proper growing medium nutrient levels. Additions of new soil as necessary to retain correct levels and ensure proper appearance of beds where applicable. Auguring and adding soil to large specimen material as needed to promote root development and encourage vigorous growth. 13. Sampling: Soil and tissue samples of specimen material are sent, at a minimum of twice a year, to N.C. Dept. of Agriculture to determine nutrient levels of soil and foliage. Additional periodic sampling may be needed if specimen materials exhibit signs of stress or disease that need diagnosis or treatment. 14. Record Keeping: Maintenance of records each visit that include locations, dates, and activity records for implementation of all programs for horticultural practices such as pH checks, fertilizing, pruning of specimen material, pesticide treatments, and special services to be turned in weekly for Airport review and approval. 15. Environmental Knowledge: The Company and certified/technical staff will be aware of the environment at each location of the Airport and monitor light conditions, humidity and temperature. Extreme daily temperature changes may occur in the Airport terminal and fluctuate greatly. A high-low thermometer should be installed and monitored by the Company so they can notify the Airport when the temperature is outside the acceptable temperature range. 4.3 Additional Special Service Requirements: Includes any work necessary, as not to interfere with the Airports’ normal business hours, such as, but not limited to: treating for pests, pruning, soil preparation and additions of soil on all plant products. This also includes preventive maintenance and special service work performed proactively to avoid any potential problems or challenges and reduce expenses for the Airport. Total cleaning of tree wells under tree grates to be completed twice annually. The Company does not assume liability for damage to tree grates except through negligence. All labor RFP 2013-09-001 September 24, 2013 19 Section 4 Specifications and cleaning would be performed by the Company and coordinated with Airport. The Airport will provide lifts, if needed, to perform the special work. Additional hours need to be built in to the Service for after-hours special work. 4.4 Foliage Plant Standards: 1. The Company shall provide plants as specified, of a quality and size equal to or surpassing Foliage No. 1 grade as described in the Interior Plant Specifications section of A Guide to Specifications for Interior Landscaping, published by the Professional Landcare Network (herein after referred to as the PLANET GUIDE). 2. The Company shall prepare all plants for existence within the Airport premises by acclimatizing them to lower light, moisture, humidity and fertilization levels in conformance with accepted industry standards and as recommended in the Interior Plant Specifications section of the PLANET GUIDE. 3. Plants shall be well established and growing in their container for six months or longer according to specification needs for each variety and size and shall not be in a root bound condition. 4. All plants shall be of specimen quality, symmetrical, tightly knit, so trained or favored in their development and appearance as to be unquestionably superior in form and character. They shall be sound, healthy and vigorous, well branched and densely foliated. They shall be free from disease, insect pests, eggs or larvae, and shall have healthy, well-developed root systems. The plants shall be free from physical damage or adverse conditions that would prevent the plant from thriving with the specified results. 5. Plants shall be true to species and variety and shall conform to the minimum height, width and pot size ratios based upon the current plant inventory. Plants larger than specified may be used if approved by the Airport. The use of said plants shall not increase the contract price. If larger plants are approved for use, the ball of earth shall be increased in proportion to the size of the plant. 6. Plants shall be measured when branches are in their normal position. Height and spread dimensions refer to the main body of the plant and not from branch tip to branch tip. The measurements specified are the minimally acceptable size and shall be the measurements after pruning (where pruning is required). 7. Plants that meet the measurement specified but do not possess a normal balance between height and spread will be rejected. No plant will be accepted that requires permanent staking to keep in an upright position. 8. The Company shall provide recommendations of appropriate plant selections. 9. Substitution of plant materials shall not be permitted unless authorized in writing by the Airport. If proof is submitted that any plant specified is not obtainable, an alternative will be considered for use of the nearest equivalent size or variety with a corresponding adjustment of contract. Such proof shall be substantiated and submitted in writing. RFP 2013-09-001 September 24, 2013 20 Section 4 Specifications 4.5 Installation/Replacement Policies: 1. The premises must be left clean of litter and debris when work is complete. 2. All planting and preparation shall be done at the Company’s place of business or in a pre-determined area approved by the Airport. 3. Upon completion of installation or replacement, the Airport and the Company shall inspect the installation or replacement. Deficiencies shall be corrected by the Company prior to final approval and any invoices being paid. 4. Grow pots need to remain covered at all times for plants in decorative containers and built-in planters with an agreed upon top dressing. Additional top dressing may need to be added routinely during service and after plant replacements have been made. 5. All plant replacements must be installed on a timely basis. The Airport will expect prompt replacement of any plant that is not of quality standards. Replaced plants will not be turned over to Airport staff and must be removed from the building. Disposal and recycle of material will be the responsibility of the Company. 6. Understand basic design concepts and principles in combination with horticultural benefits/practices and follow proper indoor plant maintenance guidelines throughout the Airport. 7. Never remove plants or decorative containers off the Airport premises due to decline or neglect without written approval from the Airport. 8. The Company will not be held liable for plants that have suffered physical abuse, theft, temperature extremes, care by unauthorized personnel, and Acts of God. The Airport and the Company must document this information the day of the noticed occurrence and communicate in writing this type of circumstance that will void the guarantee. 4.6 Plant Replacement Guarantee: During all phases of work under this Contract, the Company shall replace at its sole expense any plant(s), which deteriorates in health and appearance so as to become of a lesser specification, grade, and value from that which was originally installed or at time of takeover unless otherwise noted in the scope of work or contract. 1. Either the Airport or the Company may make the decision to replace; upon request from the Airport, the Company shall perform any such replacement(s). 2. All plant replacements shall be made with the same species, size and grade plant(s) as was in place at the beginning of the service period: or, with another plant of comparable value which is acceptable to the Airport. 3. Turnaround time for replacements is a maximum of two weeks and may be less to maintain quality standards for the Airport at all times. *The Company must furnish a list of any plants that cannot be guaranteed initially and any associated costs to the Airport for the replacements of these plants. RFP 2013-09-001 September 24, 2013 21 Section 4 Specifications 4.7 Communication Procedures: Notification to the Airport of the Company’s arrival at and departure from the Airport premises. Maintain a sign-in and sign-out log. Communicate and receive a signature verifying times and assuring expectations are met with the Airport. Meet with the Airport a minimum of once monthly to communicate ongoing issues, problems and progress with projects within the Airport. 4.8 Employees: The Company shall employ people who are skilled in the performance of indoor plant maintenance duties. The Company shall screen all applicants through the confirmation of references. The Company’s employees shall at all times maintain a good personal appearance and will conduct themselves in a manner which reflects credit on their employer and the Airport. All of the Company’s employees including supervisors must abide by the following rules at all times when on Airport property: A. Employees shall wear an identification badge at all times and uniforms shall clearly identify the person’s name and the company name. B. Employee shall sign in when beginning work and sign out when leaving work as designated by the Airport. C. Employees shall not engage in idle or unnecessary conversation with Airport employees or visitors in the building and shall not loiter in any areas where cleaning is complete. D. Employees shall refrain from using the telephones while in public areas. E. Employees shall not be under the influence of alcohol or illegal drugs. F. Employees shall refrain from using tobacco products of any type while on the premises. G. The Company shall provide a designated supervisor on premises at all times. Supervisor shall immediately correct any employee misbehavior that is reported to them and otherwise insure employee and Airport rule compliance. H. Employee shall be of good integrity and moral character. I. Employees immediately shall report any damages done to property to their supervisor. Supervisor shall then report such damage to the Airport. J. Employees shall not leave building keys in doors or admit unauthorized people into the Airport. K. Employees shall refrain from belligerent behavior and/or profanity. L. Employees shall abide by additional rules and regulations set forth by the Airport. The Airport will have the right to require the removal and replacement of any personnel of the Company or the Company’s sub-vendors who are assigned to provide services to the Airport. RFP 2013-09-001 September 24, 2013 22 Section 4 Specifications 4.9 Badging: 1. All personnel of the Company must undergo the identification procedure established by the Airport prior to beginning work at the Airport, including but not limited to, completion of work history as required by Federal Aviation Administration (FAA) or Transportation Security Administration (TSA). 2. All personnel of the Company will be required to apply for and qualify for security identification badges issued by the Airport. An Airport issued badge must be worn on exterior clothing and above the waist at all times while on Airport property. 3. Authorized Signature: The Company must assign a designee for their company to be an authorized signature for the purpose of fingerprinting and badging their employees at the Airport. The authorized signer will be the Company’s liaison with the Airport’s Security and Badging Office. The appointed Authorized Signer has to be badged, and must attend an Authorized Signer class prior to starting their duties as a signer, and then every year after that. 4.10 Supervisor of Record: Prior to starting the service, the Company will provide the Airport with a list of the names, addresses, and mobile phone number for a Supervisor of Record who will be responsible for supervising the Services during normal business hours and after business hours. The Company will be required to notify the Airport of any changes in the name or contact information for the Supervisor of Record at least two weeks in advance. 4.11 Administration: All inventories must be provided in an agreed upon Word format, upon request or annually. 4.12 Quantities: The Airport will purchase quantities as needed during the term of the Contract. The Airport reserves the right to purchase Services according to actual need and does not guarantee quantities. The quantities listed in this RFP are estimates only, and may differ substantially from actual quantities ordered. Multiple orders will be placed on an as needed basis during the term of the Contract. 4.13 Reporting: The Company shall provide a weekly report to the Airport summarizing all maintenance (routine and special) performed by service location areas, replacements, as well as, any problems encountered, changes made or recommendations to be offered. At the conclusion of each service, the Company shall supply an electronically generated report (preferably Microsoft Excel format). 4.14 Pricing: Proposals must be submitted as a unit cost. Total Proposal price must include all equipment, labor, delivery, installation, consultation, vendor profit, shipping, freight, taxes and all other costs associated with this project. No additional cost will be allowed. Companies must propose on ALL parts of the project. The Company’s price must be all–inclusive and stated in United States dollars. All miscellaneous charges must be captured in the total Contract price. All work must be completed in full within agreed time frame. Any work found to be substandard or unfinished will not be paid until work is completed and standard is approved. Payment will be made only upon original scope of work. Work which fails to meet deadlines will have their payments held until work is completed in full. RFP 2013-09-001 September 24, 2013 23 Section 4 Specifications 4.15 Invoices: Each invoice sent by the Company shall include all reports, information and data required by this Contract (including the Exhibits) necessary to entitle the Company to the requested payment. The Company shall send one (1) copy only of each invoice using one of the following options: Option 1 – E-mail one copy of each invoice to cocap@charlottenc.gov. Company shall not mail invoices that have been sent via e-mail. Option 2 – Mail one copy of each invoice to: City Accounts Payable P O Box 37979 Charlotte, NC 28237-7979 Attention: Aviation The City is not tax exempt from sales tax. The Company shall include all applicable State and County sales taxes on the invoice and not combined with the cost of the goods. Payment of invoices shall be due within thirty (30) days after the City has received all of the following: (a) an accurate, properly submitted invoice, (b) all reports due for the month covered by the invoice; and (c) any other information reasonably requested by the City to verify the charges contained in the invoice. 4.16 Airport Contracting Requirements. The Airport will enter into a Contract written with the Company that contains the terms and conditions set forth in this RFP. Each Company must state specifically in its Proposal any exceptions to the terms and conditions included in this RFP and any proposed additional terms or conditions deemed important by the Company. The Airport will take any such exceptions and proposed additions into account during the evaluation process. Any terms and conditions that the Company does not specifically object to, will be incorporated into the resultant Contract. Notwithstanding the foregoing, the Airport reserves the right to change the proposed contractual terms and conditions prior to contract award if it is in the Airport’s best interest to do so. The terms and conditions set forth in this RFP are not all inclusive. The Airport may propose additional terms and conditions based on the responses to this RFP and analysis of the Company. 4.17 Applicable Laws: The Company must be familiar with, have a working knowledge of, and comply with all federal, state, and local laws, statutes, ordinances and regulations as applicable to the service requirements of this RFP. These shall include the rules, regulations and interpretations of the North Carolina Department of Labor relative to Occupational Safety and Health Standards. 4.18 No Limitations on Disclosure: All Service Providers agree that the City shall be able to disclose and distribute to any persons or entities, without restriction, all pricing, drawings, designs or specifications and other Services provided in the course of this RFP process or under this Contract. RFP 2013-09-001 September 24, 2013 24 Section 4 Specifications 4.19 4.20 Evaluation: Evaluation of Proposals will be made by the Airport. Proposals will be evaluated on the following criteria: • 20% - Qualifications of the firm and assigned individuals • 25% - Prior experience in performing similar work • 30% - Fees charged and cost effectiveness of the proposed service • 25% - Reference checks Content and Format: The following information and materials are to be included in Proposal submissions: 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. Proposal Submission Form Addenda Acknowledgement Form Exceptions Form Pricing Form (Proposed monthly billing rate) Non-Discrimination Certification Form Service Provider and Insurance Agency Statement – Form Five along with evidence (i.e., current copy of Certificate of Insurance) that insurance policies are maintained by the firm as stated in Section 5 of the RFP. E-Certify Authorization – Form Six Service Provider Questionnaire (Section 4) - Questionnaire which should include a brief description of the firm’s experience in providing interior and exterior plant maintenance services for public entities and/or the private sector. Sample NC State Soil Test Sample Weekly Maintenance Report If awarded a contract, you will have to submit the following when you sign a contract: • Insurance certificate per RFP requirements in Section 5. RFP 2013-09-001 September 24, 2013 25 Section 4 Specifications SERVICE PROVIDER QUESTIONNAIRE 1. How many years has your company been performing indoor plant service in the Charlotte market? Please provide a number to represent the # of years along with any additional information. 2. How many years has your company been in business/or been in operation in the Charlotte area? Please provide a number to represent the # of years along with any additional information. 3. How many years has your company been performing indoor plant service in the Charlotte market under current name? Please provide a number. 4. Is your company locally owned? (Yes or No) If not, where is the company headquartered. Please describe the organizational structure and the local (Charlotte) organizational structure? 5. Provide the intended number of employees which will be employed specifically to perform the services based upon the scope of work for this RFP. 6. Is the Manager over the service department local to the Charlotte market and how many other regional areas are they responsible for? 7. If your company is awarded the contract, describe your transition plan. 8. Is your company and staff licensed and certified for pesticide applications each year? If so, please provide copies of license and pesticide application certification for each employee intended to service this work. 9. Has your company ever received an Indoor Plant Maintenance Environmental Award? If so, please describe. 10. How many PLANET Certified Licensed Technicians does your company have on staff? a. Will a PLANET Certified Licensed Technician be assigned to service this work? If so, please include PLANET certification for the assigned person. 11. Does your company perform background checks, driver license checks and drug testing on all employees? 12. What is your company’s turnover ratio with service personnel? 13. How long have managers or supervisors for your company been in place for the Charlotte market? 14. Please provide a sample copy of your weekly reporting sheet with maintenance, replacement information and other information with RFP. An Excel or Word version of the RFP questions may be obtained via email request to cibailey@cltairport.com. RFP 2013-09-001 September 24, 2013 26 Section 4 Specifications AIRPORT PLANT INVENTORY (CURRENT CONFIGURATION) Location Quantity Size Plant Exterior-Upper Level Entrances 15 15-24" Assortment of Seasonal Upper Level - Main Entrance Ticketing Area Upper Level - Main Entrance / Ticketing Area/Seating/Checkpoint E Lower Level-Seating in Baggage Claim Area Badging Office Lower Level East End 192 8" 9 14" Long Trailing Golden Pothos Ficus 'Benjamina' 2 2 8 1 14" 14" 6" Lower Level East End 2 Main Atrium 28 By Aviation Director's Elevator Charlotte Skyline Planter-upper row Charlotte Skyline Planter-upper row 1 55 40 Planters by moving walkway Planters by moving walkway 9 10 Planters by moving walkway Planters by moving walkway 12 8 8 D-E Connector 9 Concourse D 2 End of Concourse 2 4 Lower Level-along moving walkway st 1 Circular Atrium Area nd 2 Circular Atrium Area 4 4 2 2 4 10 6 rd 3 Circular Atrium Area Outside Fox Sports (e20-32) TOTAL PLANTS RFP 2013-09-001 Ficus 'Benjamina' Arboricola Bush Philodendron - Cordatum Assortment of Seasonal Assortment of Seasonal Behind Security Checkpoints: 28" Ficus Hybrid 'Benjamina Wintergreen' Concourse A 14” Aglaonema Hybrid 8" Sanseveria 'Superba' 8” Arboricola Bush Concourse B 10” Janet Craig 10” Aglaonema Hybrid Jubilee Concourse C 10” Sanseveria 'Black Coral' 10" Janet Craig 10" Aglaonema Hybrid Jubilee D-E Connector 17-21" Ficus Amstel King Concourse D 17" Ficus Amstel King End of Concourse 21" Ficus Amstel King 28" Ficus Amstel King Concourse E 14” Arboricola Tree 21” Ficus 'Benjamina' 17” Ficus 'Benjamina' 21” Ficus 'Benjamina' 21” Ficus 'Benjamina' 14” Sanseveria 'Black Coral' 6” Aglaonema Silver Queen Planter 15-24" Fiberglass Planters 6 built-in planters 18" F/G Rolled Rim-Black 18" F/G Rolled Rim-Black 18" F/G Rolled Rim-Black 2-24" Black Rectangle One - 8-foot by 30-inch deep rectangle planter Two 36-inch round planters In Tree Grates 16" F/G Rolled Rim-Black Built-in planter Built-in planter Built-in planter Built-in planter Built-in planter Built-in planter 27" F/G Rolled Rim-Black 27" F/G Rolled Rim-Black 27" F/G Rolled Rim-Black 27" F/G Rolled Rim-Black 18” F/G Rolled Rim-Black 27" F/G Rolled Rim-Black 27" F/G Rolled Rim-Black 27" F/G Rolled Rim-Black 27" F/G Rolled Rim-Black 2-24” Br. Silver Rectangles 463 September 24, 2013 27 Section 5 Insurance Requirements SECTION FIVE Insurance Requirements 5.1 Indemnification: The Company shall indemnify, defend and hold harmless the City and the City’s officers, agents and employees from and against any and all claims, losses, damages, obligations, liabilities and expenses, including but not limited to attorneys' fees, arising out of or resulting from Company’s performance under this Contract, except to the extent that the claims, losses, damages, obligations, liabilities and expenses are caused by the sole negligence of the City, or the City’s officers, agents and employees. Company shall purchase insurance, as described in Section 5.2 of the RFP, which shall include coverage for the contractual liability described herein. In any case in which Company provides a defense to the City pursuant to this indemnity, the defense will be provided by attorneys reasonably acceptable to the City. This provision shall survive the expiration or early termination of the Contract. 5.2 Insurance: Throughout the term of the Contract, the Company shall comply with the insurance requirements described in this Section. In the event the Company fails to procure and maintain each type of insurance required by this Section, or in the event the Company fails to provide the City with the required certificates of insurance, the City shall be entitled to terminate the Contract immediately upon written notice to the Company. The Company agrees to purchase and maintain the following insurance coverage during the life of the Contract with an insurance company acceptable to the City, authorized to do business in the State of North Carolina: A) Automobile Liability: Bodily injury and property damage liability covering all owned, non-owned, and hired automobiles for limits of not less than $1,000,000 bodily injury each person, each accident; and, $1,000,000 property damage, or $1,000,000 combined single limit each occurrence/aggregate. B) Commercial General Liability: Bodily injury and property damage liability as shall protect the Company and any sub-vendor performing work under the Contract from claims of bodily injury or property damage which arise from performance of the Contract, whether such work is performed by the Company, any sub-vendor or anyone directly or indirectly employed by either. The amounts of such insurance shall not be less than $1,000,000 bodily injury each occurrence/aggregate and $1,000,000 property damage each occurrence/aggregate or $1,000,000 bodily injury and property damage combined single limits each occurrence/aggregate. This insurance shall include coverage for products, services, completed operations, personal injury liability and contractual liability assumed under the indemnity provision of the Contract. C) Workers’ Compensation: Meeting the statutory requirements of the State of North Carolina and Employers Liability - $100,000 per accident limit, $500,000 disease per policy limit, $100,000 disease each employee limit, providing coverage for employees and owners. RFP 2013-09-001 September 24, 2013 28 Section 5 Insurance Requirements The City shall be named as additional insured under the commercial general liability insurance for operations or services rendered under this Contract. The Company’s insurance shall be primary of any self-funding and/or insurance otherwise carried by the City for all loss or damages arising from the Consultant’s operations under this agreement. The Company and each of its sub-vendors shall and does waive all rights of subrogation against the City and each of the Indemnitees, as defined in Section 5.1. The Company shall not commence any work in connection with the Contract until it has obtained all of the types of insurance set forth in this Section, and such insurance has been approved by the City. The Company shall not allow any sub-vendor to commence work on its subcontract until all similar insurance required of the sub-vendor has been obtained and approved. All insurance policies shall be with insurers qualified and doing business in North Carolina recognized by the Secretary of State and the Insurance Commissioner’s Office. The Company shall furnish the City with proof of insurance coverage by certificates of insurance accompanying the Contract and shall name the City as an additional named insured under the commercial general liability. Certificates of all required insurance shall contain the provision that the City will be given (30) days written notice of any intent to amend or terminate by either the insured or the insuring company. All insurance certificates must include the City’s contract number in the description field. The City shall be exempt from, and in no way liable for any sums of money that may represent a deductible in any insurance policy. The payment of such deductible shall be the sole responsibility of the Company and/or its sub-vendor providing such insurance. RFP 2013-09-001 September 24, 2013 29 Section 6 Required Forms – Form One PROPOSAL SUBMISSION FORM RFP # 2013-09-001 Indoor Plant Maintenance Services This Proposal is submitted by: Company Name: _________________________________________________ Representative (printed): ____________________________________________ Representative (signed): _______________________________________________ Address: ________________________________________________________ ________________________________________________________ City/State/Zip: ________________________________________________________ Telephone: ________________________________________________________ (Area Code) Telephone Number Facsimile: ________________________________________________________ (Area Code) Fax Number E-Mail Address: ______________________________________________________ State of Incorporation: _________________________________________________ Business Type: Corporation Sole Proprietorship Limited Liability Corporation Partnership Joint Venture Other (Specify) It is understood by the Service Provider that the Airport reserves the right to reject any and all RFPs, to make awards on all items or on any items according to the best interest of the Airport, to waive formalities, technicalities, to recover and re-issue this RFP. RFPs are valid for ninety (90) calendar days from the Proposal submission due date. ______________________________________ Company Name ________________________ Date _____________________________________ Authorized Representative ________________________ Please type or print name RFP 2013-09-001 30 September 24, 2013 Section 6 Required Forms – Form Two ADDENDUM ACKNOWLEDGEMENT FORM RFP # 2013-09-001 Indoor Plant Maintenance Services Proposal Submission Check List: Confirm by placing a check mark in the space provided that as the proposer the information listed below has been reviewed and complies with the submission requirements of this RFP. (A) _____ Addenda acknowledgement. Please contact the Airport representative to verify the number of addenda issued via email at cibailey@cltairport.com. Addenda Receipt: The following confirms receipt of any and all addenda issued for this RFP: Addendum # ___________ ___________ ___________ Date Issued __________ __________ __________ (B) _____ Proposal document has been signed by authorized proposer official. (C) _____ Proposal packaging has been properly labeled per the instructions. (See Section 1.8) (D) _____ RFP Required Forms: 1. RFP Submission - Form One 2. Addenda Acknowledgement - Form Two 3. Exceptions Form – Form Two 4. Pricing - Form Three 5. Non-Discrimination Certification - Form Four 6. Service Provider and Insurance Agency Statement – Form Five 7. E-Certify Authorization – Form Six 8. Service Provider Questionnaire (page 26) 9. Sample NC State Soil Test 10. Sample Weekly Maintenance Report The signature below certifies proposal complies with the requirements of this RFP and that the above items A through D have been verified as complete. ______________________________________ Company Name ___________________________________ Date _____________________________________ Signature of Authorized Representative ___________________________________ Print Name of Authorized Representative RFP 2013-09-001 September 24, 2013 31 Section 6 Required Forms – Form Two EXCEPTIONS FORM RFP # 2013-09-001 Indoor Plant Maintenance Services The undersigned agrees to provide all Products and Services requested in the RFP for the price(s) set forth in the Pricing Sheet, all in strict conformance with the terms, conditions and specifications set forth in the RFP (including any addenda or amendments), subject only to the exceptions stated in the chart below. Exceptions representing material changes to RFP terms and conditions are grounds for rejection of the Service Provider’s Proposal. List any exceptions taken to the general specifications provided in Section 4 of this RFP. For each exception, provide an explanation. If none, state “None”. RFP Section Number RFP Section Title Exception and Proposed Change to RFP The signature below certifies that: (a) the Service Provider’s Proposal complies with the requirements of this RFP; (b) that items 1(A) through 1(D) of the above checklist have been verified as complete, and (c) that the Service Provider takes no exception to the terms of the RFP other than those listed in the chart contained in this Form. ______________________________________ Company Name ___________________________________ Date _____________________________________ Signature of Authorized Representative ___________________________________ Print Name of Authorized Representative RFP 2013-09-001 September 24, 2013 32 Section 6 Required Forms – Form Three PRICING SHEET RFP # 2013-09-001 Indoor Plant Maintenance Services The undersigned proposes to furnish the following items in strict conformance to the RFP Specifications and requirements issued by the Airport for this RFP. Any exceptions are clearly marked in the attached copy of Required Forms – Form Two. Proposals Are Due No Later Than 11:00 a.m., EST - TUESDAY, OCTOBER 15, 2013 YEAR 1 YEAR 2 YEAR 3 Three Year Contract Total $ $ $ $ Payment Terms:_____________________ NC Business License #____________________ Insurance: Please sign below confirming your company is able to insure this contract based upon the insurance requirements (Section 5) required for these services. Signature: ________________________________ The undersigned hereby certifies the Service Provider has read the terms and conditions of this RFP document and is authorized to bind the Company to the information herein set forth. ______________________________________ Company Name __________________________________ Date _____________________________________ Signature of Authorized Representative ___________________________________ Print Name of Authorized Representative RFP 2013-09-001 September 24, 2013 33 Section 6 Required Forms – Form Four NON-DISCRIMINATION PROVISION FOR ALL CITY CONTRACTS RFP: 2013-09-001 INDOOR PLANT MAINTENANCE SERVICES All RFPs issued for City contracts shall include a certification to be completed by the Company in substantially the following form: The undersigned Company hereby certifies and agrees that the following information is correct: 1. In preparing the enclosed Proposal, the Company has considered all proposals and proposals submitted from qualified, potential sub-vendors and suppliers, and has not engaged in discrimination as defined in Section 2. 2. For purposes of this section, discrimination means discrimination in the solicitation, selection, or treatment of any sub-vendor, vendor, supplier or commercial customer on the basis of race, ethnicity, gender, age, religion, national origin, disability or any otherwise unlawful form of discrimination. Without limiting the foregoing, discrimination also includes retaliating against any person or other entity for reporting any incident of discrimination. 3. Without limiting any other remedies that the City may have for a false certification, it is understood and agreed that, if this certification is false, such false certification will constitute grounds for the City to reject the proposal or proposal submitted with this certification, and terminate any contract awarded based on such proposal or proposals. It shall also constitute a violation of the City’s Commercial Non-Discrimination Ordinance and shall subject the Company to any remedies allowed there under, including possible disqualification from participating in City contracts or RFP processes for up to two years. 4. As a condition of contracting with the City, the Company agrees to promptly provide to the City all information and documentation that may be requested by the City from time to time regarding the solicitation and selection of suppliers and sub-vendors in connection with this solicitation process. Failure to maintain or failure to provide such information shall constitute grounds for the City to reject the proposal or proposals and to any contract awarded on such proposal or proposals. It shall also constitute a violation of the City’s Commercial NonDiscrimination Ordinance, and shall subject the Company to any remedies that are allowed there under. 5. As part of its proposal or proposals, the Service Provider shall provide to the City a list of all instances within the past ten years where a complaint was filed or pending against Service Provider in a legal or administrative proceeding alleging that Service Provider discriminated against its sub-vendors, vendors, suppliers, or commercial customers, and a description of the status or resolution of that complaint, including any remedial action taken. 6. As a condition of submitting a proposal or proposals to the City, the Service Provider agrees to comply with the City’s Commercial Non-Discrimination Policy as described in Section 2, Article V of the Charlotte City Code, and consents to be bound by the award of any arbitration conducted there under. Name of Company: _____ Name of authorized official: __ Title: _____ Signature of authorized official: _______ _____ Date: _ _______ ______ RFP 2013-09-001 September 24, 2013 34 Section 6 Required Forms – Form Five SERVICE PROVIDER AND INSURANCE AGENT STATEMENT RFP # 2013-09-001 Indoor Plant Maintenance Services SERVICE PROVIDER Please sign below confirming your company is able to insure this contract based upon the insurance requirements (Section 5) required for these services. ____________ Signature of Service Provider ______ Printed Name of Service Provider INSURANCE AGENCY We understand the insurance requirements of this RFP and the evidence of insurability shall be provided prior to Contract execution. If our client is awarded this Contract, we agree to provide the City with a thirty (30) day written notice of any intent to amend, terminate, or non-renew coverage by the insuring company. Signature of Service Provider’s Agent Printed Name of Service Provider’s Agent Name of Agency Street Address of Agency City, State & Zip Code of Agency (Area Code) Telephone Number of Agent/Agency E-Mail Contact Information of Agent/Agency RFP 2013-09-001 September 24, 2013 35 Section 6 Required Forms – Form Six E-VERIFY CERTIFICATION RFP # 2013-09-001 Indoor Plant Maintenance Services This E-Verify Certification is provided to the City of Charlotte (the “City”) by the company signing below (“Company”) as a prerequisite to the City considering Company for award of a City contract (the “Contract”). 1. Company understands that: a. “E-Verify” is the federal program operated by the United States Department of Homeland Security and other federal agencies to enable employers to verify the work authorization of employees pursuant to federal law. It also means any revisions or successor programs to E-Verify that may be adopted in the future. b. North Carolina law requires employers that employ 25 or more employees and transact business in North Carolina to use E-Verify to verify the work authorization of each employee who will be performing work in North Carolina, and to ensure that their subcontractors do the same. 2. Does Company have 25 or more employees? (mark Yes or No) a. YES _____, or b. NO _____ If Company does not have 25 or more employees, then the rest of this Certification does not apply. 3. If Company does have 25 or more employees, then in accordance with Article 2 of Chapter 64 of the North Carolina General Statutes, Company certifies that each of the following requirements (collectively, the “E-Verify Requirements”) has been met or will be met: (a) Company has verified through E-Verify or will verify through E-Verify the work authorization of each employee who is or will be performing work in North Carolina; and (b). Company will ensure that each subcontractor that will be performing work on the Contract (collectively “Subcontractors”) has verified through E-Verify or will verify through E-Verify the work authorization of each employee of such Subcontractor who is or will be performing work in North Carolina. 4. Company acknowledges that the City is relying on this Certification in entering into the Contract, and that the City may incur expenses and damages if Company or any of the Subcontractors fails to comply with the E-Verify Requirements. As a condition of being considered for the Contract, Company agrees to indemnify and save the City harmless from RFP 2013-09-001 September 24, 2013 36 Section 6 Required Forms – Form Six and against all losses, damages, costs, expenses (including reasonable attorney’s fees) obligations, duties, fines and penalties (collectively “Losses”) arising directly or indirectly from violation of the E-Verify Requirements by Company or any of the Subcontractors, including without limitation any Losses incurred as a result of the Contract being deemed void. _____ Signature of Company’s Authorized Representative _____________________ Date _______ Print Name of Company’s Authorized Representative RFP 2013-09-001 September 24, 2013 37 Section 7 ______Required Pre-Qualification Submission Requirements PRE-QUALIFICATION REQUIREMENTS RFP # 2013-09-001 Indoor Plant Maintenance Services Service Providers interested in providing this Service to the Airport, must pre-qualify in order to submit a proposal. Prospective companies must meet or exceed the following criteria in order for Proposal to be considered by the City – Aviation Department. Proposals from companies not pre-qualified or not meeting pre-qualification requirements will not be accepted, considered or opened. Company must be provide evidence of experience as a prime contractor for commercial indoor plant maintenance services that are similar in size and scope for this RFP. RFP PRE-QUALIFICATION AND DOCUMENTATION SUBMISSION REQUIREMENTS: A. Company must have at least three (3) years' experience providing services of similar scope and size to those required by this RFP and must be able to demonstrate upon request that it has satisfactorily performed services similar to the services. The City – Aviation Department shall be the sole judge as to whether the referenced services performed are similar to the scope of services contained herein and whether or not a Company is capable of performing the requested services. B. Company must provide evidence as an established, qualified Service Provider regularly engaged in the type of business necessary to fulfill the RFP service requirements. Company shall provide an appropriate number of supervised, trained, and skilled employees to perform the services required under the RFP. C. Evidence of a contract with a minimum of 400 indoor plants at one facility. D. Local office in Charlotte, North Carolina region (Include full address) E. NC business license F. Horticultural or related services certificate or degree G. PLANET certification H. Company – North Carolina pesticide license(s) – Company I. Supervisor and/or On-Site Crew Member(s) – North Carolina pesticides license(s) The City reserves the right to inspect the Service Provider’s current place of business to evaluate plant maintenance condition, capabilities, staff experience, training and capabilities as they relate to the performance of this RFP. References should include projects undertaken in the past three (3) years along with name(s) and telephone number(s) of the client’s Project Manager. REFERENCES: Please list three (3) references with the following three (3) criteria below: 1. Commercial company. 2. Local to Charlotte, North Carolina. 3. Service Provider has been providing indoor plant maintenance for over three (3) years for each facility. RFP 2013-09-001 September 24, 2013 38 Section 7 ______Required Pre-Qualification Submission Requirements PRE-QUALIFICATION REFERENCE DOCUMENT RFP # 2013-09-001 Indoor Plant Maintenance Services PROPOSING SERVICE PROVIDER NAME: ________________________________________ 1. Company, Facility and/or Location Name:_______________________________________ Company Address: ____________________________________________________________ City & State: __________________________________________________________________ Point-of-contact name: ___________________ Phone number: _________________________ Point-of-contact email address: ___________________________________________________ Length of time servicing this account: ______________________________________________ Type of service performed: ______________________________________________________ Number of indoor plants serviced at this site: ________________________________________ 2. Company, Facility and/or Location Name: ______________________________________ Company Address: ____________________________________________________________ City & State: _________________________________________________________________ Point-of-contact name: ___________________ Phone number: _________________________ Point-of-contact email address: ___________________________________________________ Length of time servicing this account: ______________________________________________ Type of service performed: ______________________________________________________ Number of indoor plants serviced at this site: ________________________________________ 3. Company, Facility and/or Location Name: ______________________________________ Company Address: ____________________________________________________________ City & State: _________________________________________________________________ Point-of-contact name: ___________________ Phone number: _________________________ Point-of-contact email address: ___________________________________________________ Length of time servicing this account: ______________________________________________ Type of service performed: ______________________________________________________ Number of indoor plants serviced at this site: ________________________________________ RFP 2013-09-001 September 24, 2013 39