NEW REQUESTS FOR PROPOSALS SERVICES RFP # 2014-07-001

advertisement
RFP # 2014-07-001
NEW REQUESTS FOR PROPOSALS
TO MANAGE AND OVERSEE THE RECYCLING CENTER AND SOLID WASTE DISPOSAL
SERVICES
at
CHARLOTTE DOUGLAS INTERNATIONAL AIRPORT
for the
CITY OF CHARLOTTE, NORTH CAROLINA
Dated July 3, 2014
SCHEDULE
ACTIVITY (All times are EST)
DATE
Issue RFP
July 3, 2014
Pre-Proposal Meeting at 1:00 p.m. (Mandatory)
July 10, 2014
Deadline for Submittal of Written Questions by 4:00 p.m. EST
July 15, 2014
Responses to Questions
July 22, 2014
Proposal Submittal by 5:00 p.m. EST
July 30, 2014
Evaluation of Proposals
July 31 – August 8
Short Listing and Proposer Interviews (if applicable)
August 13, 2014
Award Recommendation - City Council
September 8, 2014
Agreement Estimated Start Date
October 18, 2014
Responders must provide six (6) unbound three-hole punched hardcopies of their proposal
by one of the methods outlined below, as well as an electronic copy included on a flash drive
and submitted with the hardcopies of the proposal no later than JULY 30, 2014 by 5PM,
according to CLT’s clock.
1. Proposers may mail their submissions to Charlotte Douglas International Airport; Attn:
Olivia Clark, 5601 Wilkinson Blvd.; Charlotte, NC 28208.
2. Proposers may hand deliver their submissions by 5 PM, by CLT’s clock, on JULY 30, 2014,
at the CLT Center, located at 5601 Wilkinson Blvd. Charlotte, NC 28208. There will be a
box in the lobby for submissions starting on July 25, 2014.
1
INTRODUCTION
The City of Charlotte (“City”) as owner and operator of Charlotte Douglas International
Airport (“CLT”) requests the submissions of proposals to manage and oversee the Recycling
Center and Solid Waste Disposal Services (“Services”) for CLT. The goals of the Services are
to (a) promote sustainability; (b) provide a high quality and efficient operation; (c)
consolidate the current operations under one company to eliminate potential duplicity; (d)
grow the recycling and compost program; and (e) minimize cost to CLT.
The following includes the information, requirements and forms necessary for a complete
proposal. A Mandatory Pre-Proposal Meeting will be held on July 10, 2014 at 1 p.m. The
name of the individual or individuals representing the proposer must be submitted to Olivia
Clark at procurement@cltairport.com no later than 5 p.m. on July 8, 2014. Upon receipt of
this information, meeting details will be provided. Please note that the pre-proposal should
not take longer than two hours. Prior to and after the meeting, any questions concerning
the RFP may also be submitted in writing to Olivia, however, no response will be provided
for questions submitted after 4 PM on July 15, 2014. Answers to all written questions will be
provided by written Addendum. All addenda will be posted on CLT’s website,
cltairport.com, and it will be the responsibility of the proposer to frequently check for such
additions. In case any proposer fails to acknowledge opening of any such Addenda in the
space provided in Attachment A, its proposal will nevertheless be construed as though the
addenda had been received and acknowledged, and submission of a proposal shall
constitute acknowledgment of the opening of the same. Proposers may not rely upon and
the Aviation Director, or his designee, will not make any oral representations.
2
TABLE OF CONTENTS
I.
II.
III.
IV.
V.
VI.
VII.
VIII.
Background
a. CLT Overview & Statistics
b. CLT Recycling Center and Solid Waste Disposal Services
Scope of Services
a. Operations
b. Agreement Terms
Experience, Qualifications & Disqualification of Proposers
a. Experience and Qualifications of Proposers
b. Acknowledgement of Proposer
c. Disqualification of Proposal
Proposal Format and Submission Requirements
a. Format
b. Submission Requirements
Selection Criteria
Award of Contract
Miscellaneous
a. Interpretation of the RFP
b. Consent to Investigate
c. City’s Right to Cancel, Reject, Modify or Reissue RFP
d. Attempts to Influence Selection Process
e. Proposal Terms Firm and Irrevocable
f. Proposer’s Cost of Proposal Preparation
g. Ownership and Public Records
h. Representation by Brokers
i. Disclaimer
Attachments
a. Proposal Forms
b. Agreement
c. Tons of Recycling by Type & Price
d. Tons sent to the Landfill
e. ARC Map
f. Dumpster Map
g. Compost Permit
h. Equipment List & Maintenance Requirements
i. Sample Budget
3
4
4
4
4
4
8
9
9
10
10
11
11
11
12
12
13
13
13
13
13
14
14
14
15
15
16
16
21
22
23
24
26
32
34
66
I.
BACKGROUND
a. CLT Overview & Statistics1
CLT is owned and operated by the City and is one of the fastest growing airports
in the country. CLT served more than 43 million passengers in Calendar Year (CY)
2013 and currently ranks as the 8th busiest airport in North America, based on
passenger traffic, and sixth in aircraft movements. CLT is served by seven major
air carriers, 17 regional air carriers and three foreign flag air carriers that together
provide more than 700 daily departures from CLT to 150 nonstop destinations,
including 40 international destinations. CLT is also the New American Airlines’
second largest hub.
CLT is currently comprised of one passenger terminal with five concourses (A, B,
C, D and E) totaling more than 1.7 million square feet. Our passengers create an
estimated half-pound of waste each during their visit. A majority of this waste is
processed through the Airport Recycling Center (“ARC”). The idea for the ARC
began developing in 2011 and has resulted in approximately 2,857 tons of
recyclables being pulled from the waste stream between June 2012 and May
2014. With CLT’s continual increase in passengers, we expect to continue to
experience an increase in waste and recyclables. For more information on the
amount of materials recycled and taken to the landfill refer to Attachments C
and D.
b. CLT Recycling Center and Solid Waste Disposal Services
The successful proposer will be responsible for the management of the ARC,
providing dumpsters for CLT, hauling solid waste from those dumpsters to the
ARC and landfill and managing CLT’s compost program. By consolidating these
operations CLT hopes to see an increase in efficiency and a more streamlined
process.
II.
SCOPE OF SERVICES
a. Operations:
ARC & Solid Waste Disposal
The successful proposer will be responsible for pick-up and hauling of all trash
from the dumpsters located on CLT property to the ARC. When picking up the
1
Additional information and statistics are available at cltairport.com.
4
waste from the dumpsters no bags or debris shall be left on the ramp surface or
hanging from the side of the containers. Trucks provided by the successful
proposer for the hauling must in be safe drivable condition and covered or closed
to ensure that no debris is deposited on the airfield. As part of your proposal,
please include an image of the trucks you plan on providing if successful.
The ARC is located at 4401 Yorkmont Drive and an overview of the facility is
included as Attachment E. As part of the Services all trash from the CLT terminal
and other identified areas as demonstrated in Attachment F must be accepted.
No trash is accepted from locations outside of Airport property. All trash shall be
sorted into different commodities and sold at the discretion of the successful
proposer. All residual trash must be sent to the landfill or disposed of in a manner
authorized by State or Federal law pertaining to the handling of solid waste
disposal. No trash (residual or otherwise) may be left on the ground overnight.
The yard must be cleaned nightly and pressure washed twice weekly as required
by the composting permit. Any damages to the building or equipment must be
reported immediately by email and phone.
As part of your proposal include two operational plans, one for the management
of the ARC, including the yard, and one for the solid waste disposal and hauling.
This should include, without limitation, procedures, cleaning schedules, safety
measures and maintenance schedules. Also, CLT would like to see a marketing
plan that will outline how the successful proposer will ensure they obtain top
pricing for the sale of the recyclables and compost.
Equipment Maintenance
The successful proposer is required to perform the regular maintenance and
repairs of the City owned equipment. A list of the equipment and required
maintenance schedule is listed in Attachment H. The successful proposer shall be
responsible for keeping repair logs for each piece of equipment. The City shall
have the right to conduct random inspections to ensure that the required
maintenance is being completed. If equipment becomes unserviceable it must be
brought to the attention of the Aviation Director, or his designee. At that time
CLT will work in consultation with the successful proposer to determine the best
resolution.
5
Dumpsters
The successful proposer will be required to provide dumpsters in the amount,
locations and sizes as listed in Attachment F. The successful proposer will be
responsible for all associated maintenance and repairs. CLT expects regular
cleaning of the exterior of the dumpsters and spraying of the interiors on a
monthly rotation with a sanitizer. No labels are permitted on the dumpsters
unless written permission is given by the Aviation Director, or his designee.
Further, as part of the pricing please include pricing for additional dumpsters
which may be requested from time to time on a long-term or temporary basis.
Pricing should be per unit per week of use and reflected for 30, 20 and 8 yard
dumpsters.
Composting
CLT’s compost operation consists of multiple worm beds that must be fed from
the in-vessel digester. The successful proposer will be responsible for the safe
operation of the in-vessel digester and maintaining a growing environment for
the worms. The successful proposer will be held financial responsible for the loss
of any worms due to its, or its agent or employees wilful or negligent acts. The
compost produced by these worm beds may be sold as long as the terms and
conditions of the composting permit are followed, however, upon request, CLT
will be provided with any compost requested at no cost. The current permit
through DENR in North Carolina and associated terms and conditions are included
below in Attachment G. One condition is that the compost produced by the worm
beds is tested every six months and the findings sent to the DENR officials. The
successful proposer must complete the testing and submit the findings to CLT
who will submit them to DENR.
Staffing
The successful proposer will be required to provide staffing for all aspects of the
Services. This includes a manager (or assistant manager) on-site during all hours
of operation, truck drivers holding a CLT issued security badge, staff to operate
the ARC and forklift and skidsteer drivers that have been trained and possess an
operator’s certificate. Employees will be expected to wear at least one piece of
clothing with the successful proposer’s logo on it at all times. Include as part of
your proposal a staffing plan including any pre-employment screening.
6
Badging
The ARC is located on the non-secure side of the airfield. Employees working at
the ARC will not be required to have a CLT issued security badge. However, all
drivers entering the secured area for solid waste disposal must receive a CLT
security badge prior to starting employment. This includes qualifying for and
completing all necessary training for driving privileges associated with the
security badge. The employee shall have their security badge with them at all
times while inside the secured area. Employees without a badge will not be
permitted to enter the secure area. The standards adopted by the Transportation
Security Administration for the issuance of security badges are captured in Title
49 of the Code of Federal Regulations, Part 1542.
Capital Equipment and Premises
As part of the proposal any suggested capital equipment additions or premise
improvements should be included. After the award of the Agreement, no capital
equipment purchases or premise improvements may be made without first
receiving the written consent of the Aviation Director or his designee.
Reporting
The successful proposer must submit to CLT a series of reports, in a format
approved by CLT, which will include, without limitation, the following:
 Weekly amount of waste collected and amount deferred from waste
stream to the ARC.
 Weekly checklist of required regular maintenance of City equipment
 Monthly residual trash amounts
 Monthly record of compost harvested from the worm beds
 Monthly report broken down by week of recycling sold by type, weight
and price including the name of the purchaser of the recycling
 Monthly report of dumpster exterior and interior cleaning
 Monthly report of tons taken to the landfill, broken into tons taken
directly from dumpsters and tons taken from ARC.
 Monthly downtime report including an explanation such as maintenance,
lack materials, equipment, etc.
Building Maintenance & Utilities
CLT will provide all necessary building maintenance and pay for the water and
electrical power. The successful proposer will be responsible for telephone, cable
television and internet.
7
Janitorial Services
The successful proposer will be responsible for providing janitorial services and
supplies at the ARC and within any provided office or storage space.
Policies and Procedures
The successful proposer will be requested to provide prior to the execution of the
Agreement, operational policies and procedures including, but not limited to,
safety manual (including at a minimum training, equipment safety and new
employee safety), employee handbook and compost procedures. At a minimum a
procedure to immediately notify and hand over to CLT any valuables found at the
ARC and a policy notifying employees that they shall not take articles out of the
ARC for their own personal use or resale must be included. The successful
proposer shall provide to CLT prior to execution of the Agreement a plan to
handle solid waste disposal in the event of a catastrophic failure of the ARC.
b. Contract Terms
Contract Term
The term of the agreement to provide the Services will be three years with two
options for one year extensions each (the “Agreement”). Proposer will be
required to sign an Agreement in a form substantially similar to Attachment B.
Compensation to the City
The City is considering two potential financial models for the Agreement.
Proposers must provide pricing under both models. Each arrangement is
described below.
1.
Flat Fee. Under this method the successful proposer will be paid a flat fee to
manage the entire operation without further support from CLT. The
revenues received from the recycling and the compost will be retained by the
successful proposer however all cost associated with running the Services
and maintaining the equipment will be the responsibility of the successful
proposer. Under this model a minimum of 25 – 30% of the total solid waste
will be expected to be recycled through the ARC. Failure to meet this
minimum will be grounds for termination under this Agreement.
8
2.
Management Fee, Reimbursable Expenses & Performance Incentive. Under
this method the successful proposer will receive a management fee,
reimbursement for all expenses approved in the yearly budget and a sliding
scale performance incentive based on the revenue generated from the ARC.
As part of the proposal a year one budget must be included. A blank sample
budget is included as Attachment I for your review, line items should be
adjusted to fit your business model.
Insurance Requirements
Insurance requirements for the successful proposer are listed in Attachment B.
Taxes, Licenses and Permit Fees
The selected proposer will be responsible for any applicable taxes, licenses,
permit fees or other applicable costs associated with the Services that may be
levied by the City, County, State, Federal or other agencies.
Performance Bond
A performance bond will be required of the selected proposer. The amount and
acceptable use of such is set forth in the Agreement attached below as
Attachment B.
III.
EXPERIENCE, QUALIFICATIONS & DISQUALIFICATION OF PROPOSERS
a. Experience and Qualifications of Proposers
Experience
CLT would like the successful proposer (and any approved subcontractors) to
have previous experience providing the Services. As part of the proposal, include
your company’s experience (and any potential subcontractor’s experience)
managing recycling centers and providing solid waste disposal. Included in this
information should be a list of references.
9
Financial Capacity
Proposer is expected to have the financial ability to move forward with the
Services, however, proposer’s financials will not be a required part of the RFP.
Upon inspection of the proposals, CLT reserves the right to request any and all
financial material it deems relevant in assessing the validity of the proposal.
Such materials may include, without limitation, an official bank statement, copies
of account records certified by a CPA or a letter of credit. As part of your
proposal a list of any contracts where proposer was terminated including an
explanation why and a list of any past bankruptcies must be included.
Outstanding Claims and Litigation
As part of your proposal it must be disclosed if at the time of submission the
proposer, or any individual or entity of proposer, is in default, has any past due
amounts or arrearages or is in breach of contract with any previous or existing
contract with the City. Further, as part of the proposal a list of all pending or
finalized litigation directly related to the provision of similar services as those
requested under this RFP over the past 5 years should be included or a
statement confirming that no such litigation has taken place.
b. Acknowledgement of Proposer
Proposers shall thoroughly examine and become familiar with this RFP, including
attachments, and any addendum that may be issued. The failure or the neglect of
a proposer to receive or examine any RFP document or addendum shall in no way
relieve it from any obligation with respect to its proposal or the obligations that
flow from making a successful proposal. No claim based upon a lack of
knowledge or understanding of any document or its contents shall be allowed.
c. Disqualification of Proposal
Without in any way limiting CLT’s right to reject any or all proposals, proposers
are advised that any of the following may be considered as sufficient cause for
the disqualification of a proposer and the rejection of a proposal: (i) failure to
meet initial eligibility requirements; (ii) submission of more than one proposal by
an individual, firm, partnership or corporation under the same or different names,
10
including the names it does business under; (iii) evidence of collusion among
proposers; (iv) improper communication as described in Section VII D, below.
Proposals will be considered irregular and may be rejected for omission,
alterations of form, additions not called for, conditions, limitation, unauthorized
alternate proposals or other irregularities of any kind. All of the foregoing
notwithstanding, however, CLT reserves the right to waive any such irregularities.
IV.
PROPOSAL FORMAT AND SUBMISSION REQUIREMENTS
a. Format
The format of the RFP is up to the proposer, except for the cover letter, company
information and addendum acknowledgement, which must be in the format
provided by CLT and attached below as Attachment A. However, the proposal
should, at the least, include the following:
1.
2.
3.
4.
5.
6.
7.
8.
9.
Cover Letter (including executive summary)
Proposal Forms
Operating & Staffing Plan
Proposed First Year Budget
Background, Experience & Qualifications
Professional References
Marketing Plan
Other information proposer deems relevant
Exceptions requested by proposer to any of the RFP or Agreement
requirements
b. Submission Requirements
Submission Instructions
Responders must provide six (6) hardcopies and an electronic copy of their
proposal no later than JULY 30, 2014 by 5PM in the manner described on page 1 of
the RFP.
Amendment of Proposal
11
Amendment of a submitted proposal may occur at any time prior to the
submission deadline by written request. Amendments will only be accepted
through the submission of completely new materials that meet the requirements
set forth in the Submission Instructions section above.
Withdrawal of Proposal
Withdrawal of the proposal may occur at any time prior to the submission
deadline by written request. Withdrawal of one proposal will not preclude the
submission of another timely proposal but no withdrawal will be allowed after
the submission deadline. Submission of the proposal is construed as a firm offer
that will remain valid for 180 days.
V.
SELECTION CRITERIA
Category & Description
Compensation
CLT will consider the total amount of compensation requested under both
proposed methods.
Experience and Qualification
CLT hopes to work with an experienced and qualified company. Preference
will be awarded based on the extent of the proposers experience and ability
to meet the other qualifications.
Operating & Staffing Plans
The effectiveness and efficiency of the Services will be evaluated based on
the Operation & Staffing Plan. Preference will be awarded based on how the
proposal covers the areas of focus, outlined in the Scope of Services section.
Marketing Plan
The successfulness of the ARC is directly tied to the revenue produced by the
recycled materials deferred from the waste stream. Proposers will be
evaluated based on their plan to maximize the ARC’s revenue potential.
VI.
AWARD OF CONTRACT
Upon review and evaluation of all qualifying proposals, including any interviews that
CLT may elect to require, the selection committee will select the proposer(s) and
proposal(s) that it determines, in its absolute discretion, would best provide the
Services. The Aviation Director will inform the selected proposer(s) that it has been
selected, subject to final agreement on all terms and conditions of the Agreement.
Upon Proposer’s execution of such Agreement, the Aviation Director shall submit it
12
to City Council for approval. If the Aviation Director and the selected proposer(s) are
unable to agree on the final terms, the selected proposer(s) will be excused from
further consideration and CLT may, at their option, select another proposer(s). Until
the Agreement and all supporting ancillary documents have been approved by the
City Council and executed by the Aviation Director, the City shall have no obligations
hereunder. Upon award, the successful proposer will be expected to provide a
transition plan, if applicable, outlining important milestones.
VII.
MISCELLANEOUS
a. Interpretation of the RFP
All questions concerning interpretation of the RFP documents must be made in
writing at procurement@cltairport.com no later than the date and time stated in
the RFP schedule on the first page. Interpretations and answers to general
questions will only be made by written addenda. The City shall not be responsible
for any other explanation or interpretation.
b. Consent to Investigate
The selection of the proposer will be based on a thorough investigation into the
areas of interest expressed in the RFP. As part of that, the City may request the
proposers to provide such things as, but not limited to, financial records,
information on managing partners or participation in an interview process. By
submitting a proposal, each proposer consents to any investigation the City
deems necessary.
c. City’s right to Cancel, Reject, Modify or Reissue RFP
The City, in its sole discretion, reserves the right to modify, cancel, reissue or take
any other action it deems necessary in the issuance of this RFP, including, without
limitation the cancellation of negotiations. Further, the City also reserves the
right to reject any or all proposals submitted. Prior to the execution of the
Agreement, no action taken by the City may be inferred or construed to give rise
to any obligation by the City.
d. Attempts to Influence Selection Process
13
Except for clarifying written questions sent to CLT, all proposers, including any
and all persons acting on their behalf, are strictly prohibited from contacting
elected or appointed City officials, officers, or employees on or regarding any
matter relating to this RFP from the time the RFP is issued until the start of the
open business meeting at which City Council is asked to approve the Agreement.
e. Proposal Terms Firm and Irrevocable
The signed proposal shall be considered a firm and irrevocable offer for onehundred-eighty (180) calendar days for the purposes of contract negotiations
unless specifically waived in writing by CLT.
f. Proposer’s Cost of Proposal Preparation
Proposers are responsible for any and all costs associated with the proposal
process including, but not limited to, the creation of the proposal and any
interviews (if applicable). The City will not accept any promotional items as part
of the proposal process and any such items included will be returned to the
proposer at its own cost.
g. Business License and Vendor Registration
The successful proposer is required to be registered as a vendor of the City and
must possess either a City or Mecklenburg County Business License prior to the
start of the Agreement. For more information on how to register as a vendor of
the City, you may visit www.charlottenc.gov under Procurement Management,
Vendor Registration.
h. Ownership and Public Record
All proposals and supplementary material provided as part of this process will
become the property of the City. Proposers are advised that all information
included in the material provided may become available to the public under North
Carolina’s Public Records Law found in Chapter 132 of the North Carolina General
Statutes. Proposer may designate information confidential that is considered a
trade secret or confidential under North Carolina Statute (Chapter 132 & 66-152).
In submitting a proposal, each Proposer agrees that the CLT may reveal any trade
secrets or confidential information to CLT staff, consultants or third parties
14
assisting with this RFP and resulting Agreement. Where information is marked
Trade Secret, Proposer 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 Proposer has
designated as a trade secret.
i. Representation by Brokers
The City will not be responsible for any fees, expenses or commissions for brokers
or their agents. Communications by or between employees of or contractors to
the City and any potential or actual respondent broker or agent are not to be
construed as an agreement to pay, nor will the City pay any such fees, expenses
or commissions. By submitting its proposal, respondent agrees to hold the City
harmless from any claims, demands, actions or judgments in connection with
such broker fees, expenses or commissions.
j. Disclaimer
The information contained in this RFP and attachments, hereto, and any
addendum that may be issued, are provided to assist prospective proposers in the
preparation of proposals. The information has been obtained from sources
thought to be reliable, but the City and its elected officials, officers, employees,
agents and contractors, are not liable for the accuracy of the information or its
use by prospective respondents.
15
ATTACHMENT A: PROPOSAL FORMS
PROPOSAL to MANAGE AND OVERSEE THE RECYCLING CENTER AND SOLID WASTE
DISPOSAL
Proposer Name: ____________________________________________
Compensation – Option 1
Flat Fee: Year 1: $_______________
Option 1: $______________
Year 2: $_______________
Year 3: $______________
Option 2: $_______________
Compensation – Option 2
Management Fee: Year 1: $_____________
Option 1: $______________
Year 2: $______________
Year 3: $____________
Option 2: $_______________
Performance Incentive:
% of Waste Recycled
30%
35%
40%
45%
50%
Dumpster Size
Price Per Week of Use
Percentage of Commodities & Compost Revenue Paid to Company
30 Yard
20 Yard
8 Yard
Pricing Instructions:



Price adjustments required due to the impending implementation of the Affordable
Healthcare Act must be included in the proposed pricing.
Additional pages or lines may be added to any of the above charts or added or deleted from
the sample budget as relevant for your business model.
A proposed budget for the first year of operations must be included.
16
ACKNOWLEDGEMENT OF ADDENDA
Proposer hereby acknowledges receipt of all Addenda through and including the following:
Addendum No. ___________________, dated______________.
Addendum No. ___________________, dated______________.
Addendum No. ___________________, dated______________.
Addendum No. ___________________, dated______________.
Addendum No. ___________________, dated______________.
Addendum No. ___________________, dated______________.
However, submission of this proposal acts as acknowledgement of all addenda regardless on if such is
specifically noted above.
17
COMPANY INFORMATION STATEMENT
Name of Firm: ________________________________________________________________
Principle Office Address:
____________________________________________________________________________________
____________________________________________________________________________________
_______________________________________________________________
Telephone Number: (
) _____-________
Mecklenburg County/City of Charlotte Business License # ____________________________
Form of Business Entity (check one):
( ) Corporation ( ) Partnership
( ) Individual
( ) Joint Venture
Complete the applicable section below, where there is not enough room provided please attach
additional information as needed:
Corporation Statement
Date of Incorporation: _______________________________
Location of Incorporation: ____________________________
Is the corporation authorized to do business in North Carolina: ( ) Yes
( ) No
Is so, as of what date: _______________________________
The corporation is held: ( ) Publicly
( ) Privately
Furnish the name, title and address of each director and officer of the corporation:
Directors:
Name
1.
2.
3.
4.
5.
________________
________________
________________
________________
________________
Title
Address
____________________
____________________
____________________
____________________
____________________
___________________________________
___________________________________
___________________________________
___________________________________
___________________________________
18
Officers:
Name
1.
2.
3.
4.
5.
________________
________________
________________
________________
________________
Title
Address
____________________
____________________
____________________
____________________
____________________
___________________________________
___________________________________
___________________________________
___________________________________
___________________________________
Partnership Statement
Date of organization: ________________________________
Type of Partnership: ( ) General Partnership
( ) Limited Partnership
Partnership Agreement Recorded: ( ) Yes ( ) No
___________ ____________ _____ ______________________ ________
Date
Book
Page
County
State
Has the Partnership done business in the State of North Carolina: ( ) Yes ( ) No
If so, when? ______________________
Name, address and ownership share of each general partner owning more than five percent (5%) of
the partnership:
Name
1.
2.
3.
4.
5.
________________
________________
________________
________________
________________
Address
___________________________________
___________________________________
___________________________________
___________________________________
___________________________________
% Ownership
__________
__________
__________
__________
__________
Joint Venture Statement
Date of organization: _______________________________
Joint Venture Agreement recorded: ( ) Yes ( ) No
___________ ____________ _____ ______________________ ________
Date
Book
Page
County
State
19
Has the Partnership done business in the State of North Carolina: ( ) Yes ( ) No
If so, when? _______________________
Name, address and percent of ownership for each joint venturer.
Name
1.
2.
3.
4.
5.
________________
________________
________________
________________
________________
Address
___________________________________
___________________________________
___________________________________
___________________________________
___________________________________
% Ownership
__________
__________
__________
__________
__________
Acknowledgment
The following proposal is hereby submitted by the entity signed below in accordance with all terms
and conditions as set forth in the RFP issued by the City for the right and obligation to provide the
Services at CLT. All information provided as part of this proposal is true, accurate and complete. This
proposal includes all information necessary to ensure that all statements included therein do not in
whole or in part mislead CLT as to any material facts. The proposal terms are firm and irrevocable for
one hundred-eighty (180) days.
Name of Proposer:__________________________________________________
By (Signature):_____________________________________________________
By (Name):________________________________________________________
By (Title):_________________________________________________________
Phone: ( )_____-_________
Mailing Address:____________________________________________________
Email Address:_____________________________________________________
20
ATTACHMENT B: AGREEMENT
The Agreement will be provided by way of Addendum
21
ATTACHMENT C: TONS OF RECYCLING BY TYPE & PRICE
DATE
8/29/2012
9/4/2012
9/5/2012
9/13/2012
9/21/2012
9/25/2012
10/2/2012
10/4/2012
10/11/2012
10/12/2012
10/15/2012
10/16/2012
11/9/2012
11/14/2012
11/21/2012
11/28/2012
11/29/2012
12/4/2012
12/5/2012
12/14/2012
12/28/2012
12/31/2012
1/2/2013
1/7/2013
1/16/2013
1/17/2013
1/18/2013
1/23/2013
1/28/2013
1/31/2013
2/1/2013
2/7/2013
2/8/2013
2/13/2013
2/21/2013
2/27/2013
2/28/2013
3/11/2013
3/14/2013
3/18/2013
3/25/2013
3/26/2013
3/27/2013
3/28/2013
4/3/2013
4/4/2013
4/11/2013
4/15/2013
4/16/2013
4/18/2013
4/25/2013
5/1/2013
5/2/2013
5/7/2013
5/20/2013
5/22/2013
5/23/2013
5/30/2013
6/5/2013
6/25/2013
8/5/2013
8/28/2013
8/13/2013
9/30/2013
10/5/2013
10/14/2013
10/26/2013
12/7/2013
1/3/2014
2/14/2014
2/19/2014
3/21/2014
4/1/2014
4/5/2014
4/6/2014
5/1/2014
5/6/2014
5/17/2014
5/28/2014
5/29/2014
TOTAL
PET
$3,599.76
$3,559.76
$4,177.24
OCC
$2,299.66
$1,038.57
$566.97
$64.68
$2,083.35
TOWELS
$6,456.74
$7,809.15
$1,877.60
$6,456.74
$6,174.09
$1,932.90
$5,919.06
$2,062.10
$4,398.90
$1,018.39
$1,275.56
$5,979.68
$2,563.35
$5,462.24
$8,503.56
$8,168.60
$2,287.35
$6,235.30
$5,582.87
$3,045.40
$9,623.25
$116,976.21
$500.86
$422.65
$1,347.60
$300.00
$2,737.50
$1,318.85
$1,686.63
$2,641.80
$1,401.40
$4,309.44
$6,485.15
$854.38
$6,485.15
$7,481.00
$8,311.54
$7,338.75
$7,245.35
$8,168.60
$2,879.10
$2,572.80
$2,572.80
$1,707.57
$2,879.10
$1,503.33
$1,102.09
$4,166.20
$2,952.51
$4,218.00
$981.90
$4,923.00
$2,231.26
$6,139.91
$2,201.70
$6,139.91
$4,980.19
$ 2,579.67
$ 5,077.80
$ 4,638.48
$150,520.14
$3,458.78
$1,112.74
$2,630.41
$5,367.91
$8,090.86
$4,832.31
$8,985.72
$4,306.00
$2,621.57
$5,544.50
$2,895.75
$2,287.35
$8,371.00
$4,991.75
$5,676.66
$1,321.20
$2,530.00
$2,402.76
$993.28
$1,344.20
$2,897.50
$3,001.98
$4,866.32
$64.28
$2,602.45
$2,507.00
$4,725.77
$3,296.12
$4,944.00
$2,478.19
$2,099.81
$2,833.75
$8,487.33
$5,779.20
$1,576.83
$1,055.04
$4,389.10
$5,968.89
$5,208.35
$3,797.13
$6,437.22
MISC.
$2,839.20
$2,187.00
$2,420.75
$5,968.89
OTHER PLASTICS
$6,590.50
$4,444.60
$3,593.02
$4,725.77
JET CUPS
$2,558.60
$2,620.85
$3,801.78
MIXED PAPER
$645.00
$2,243.00
$3,998.16
ALUMINUM
$9,638.73
$6,190.40
$854.38
$
9,758.80
$152,417.58
$741.60
$1,692.03
$2,301.99
$1,124.15
$
$44,931.37
22
3,007.50
$9,527.49
$21,630.30
$722.65
TOTAL
$2,299.66
$1,038.57
$566.97
$64.68
$2,083.35
$6,456.74
$1,576.83
$3,599.76
$20,368.12
$8,051.69
$4,177.24
$1,932.90
$500.86
$5,919.06
$2,062.10
$645.00
$1,018.39
$4,398.90
$2,558.60
$2,243.00
$7,013.15
$4,444.60
$5,273.72
$1,347.60
$5,979.68
$2,620.85
$2,839.20
$3,593.02
$1,055.04
$2,187.00
$4,520.56
$300.00
$2,602.45
$3,801.78
$2,563.35
$5,462.24
$4,779.98
$2,530.00
$6,791.86
$993.28
$2,833.75
$1,318.85
$8,503.56
$4,193.63
$8,168.60
$7,013.12
$1,344.20
$2,641.80
$2,897.50
$1,401.40
$6,235.30
$5,582.87
$5,422.18
$2,630.41
$5,968.89
$9,222.65
$2,879.10
$2,572.80
$23,273.85
$22,487.78
$17,795.36
$24,265.02
$5,408.09
$18,354.25
$15,489.90
$10,066.26
$15,181.72
$11,667.12
$10,917.65
$5,676.66
$7,966.59
$6,925.27
$20,644.96
$2,201.70
$6,139.91
$9,149.74
$8,770.07
$14,701.05
$ 7,645.98
$ 9,758.80
$497,580.12
TONS
120.79
41.56
54.6
112.84
101.34
71.62
77.47
16.43
34.94
69.15
43.22
21.16
59.88
78.64
26.02
64.36
52.99
9.18
$1,056.19
ATTACHMENT D: TONS SENT TO LANDFILL
Waste Management Contract Summary
Date:
8/1/2012
9/1/2012
10/1/2012
10/1/2012 - 2
10/16/2012
11/1/2012
11/1/2012 - 2
11/1/2012 - 3
12/1/2012
12/1/2012 - 2
TOTAL CY 2012
1/1/2013
1/1/2013 - 2
2/1/2013
2/1/2013 - 2
3/1/2013
3/1/2013 - 2
4/1/2013
5/1/2013
6/1/2013
7/1/2013
8/1/2013
9/1/2013
10/1/2013
11/1/2013
12/1/2013
TOTAL CY 2013
Tons to landfill:
583.52
488.85
0.00
23.58
0.00
487.03
0.00
0.00
454.78
2,037.76
0.00
509.15
0.00
521.11
0.00
0.00
511.42
514.06
541.82
510.52
544.60
471.06
386.70
451.74
421.87
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
255.58
16,110.56
12,687.09
57,511.31
13,048.41
13,378.85
13,596.30
13,722.30
15,658.05
13,832.26
15,290.74
13,085.47
12,301.53
13,820.39
11,931.91
Haul Rates:
Rental:
10,534.80 $
2,726.69
13,058.80 $
2,880.02
$
20,902.87
No Backup Provided
708.00 $
$
22,584.07
14,076.80 $
2,726.52
$
21,591.07
$
21,591.07
15,169.29 $
3,071.99
53,547.69 $
98,074.30
$
20,943.03
15,402.29 $
2,101.85
$
20,258.37
14,534.89 $
1,886.17
$
$
20,284.10
13,512.09 $
21,587.41
12,706.59 $
22,437.79
11,854.50 $
22,134.17
11,114.49 $
22,293.43
11,506.39 $
41,522.19
12,376.50 $
19,799.23
11,860.59 $
15,400.03
12,438.68 $
14,687.03
12,371.09 $
23,898.67
Taxes:
$
148.86
$
148.86
$
-
Late Fee:
$
526.63
$
905.00
$
7.70
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
234.00
148.86
680.58
72.01
85.46
85.46
85.45
85.46
85.46
85.46
121.74
449.90
667.25
795.35
317.43
873.79
7.70
452.75
3,091.00
346.46
937.90
215.46
463.71
172.10
323.19
379.43
2,208.12
832.85
Total Invoice:
$
28,265.20
$
31,122.54
$
20,910.57
$
30,606.47
$
963.58
$
22,901.50
$
34,021.67
$
21,591.07
$
21,598.77
$
31,529.98
$
243,511.35
$
21,289.49
$
31,562.46
$
20,473.83
$
30,349.08
$
172.10
$
20,607.29
$
48,781.26
$
49,331.56
$
49,732.18
$
47,325.64
$
70,612.90
$
45,382.94
$
40,012.05
$
41,613.35
$
49,829.87
$ 149,666.20
$ 139,678.10
$ 269,233.47
$ 2,619.00
$ 5,879.22
$ 567,075.99
386.42
0.00
542.59
414.40
$
12,509.13
0.00
19062.16
13199.43
$
9,458.00
0.00
9938.00
7390.00
$
40,061.71
0.00
22796.61
14167.22
$
85.26
0.00
102.26
85.46
$
-
$
TOTAL YTD CY 2014
1343.41
$
44,770.72
$
26,786.00
$
77,025.54
$
272.98
$
-
$ 150,642.94
TOTAL CONTRACT
8765.22
$
251,948.23
$
220,011.79
$
444,333.31
$
3,572.56
$
1/1/2014
2/1/2014
3/1/2014
4/1/2014
5,384.05
Landfill Fees:
$
14,328.22
$
14,129.86
$
-
23
0.00
0.00
0.00
8,970.22
$
62,114.10
0.00
52960.67
35568.17
961,230.28
ATTACHMENT E: ARC MAP
••
: __
L..
_
'"
n
__ •
24
Operational Facility
Facility is located is at:
4401 Yorkmont Drive
Charlotte, NC 28208
Facility is approximately 5,646 square feet in size
The facility contains:
 Break room and restrooms (Men and Women)
 West side of the building has 53 feet of loading dock with dock door
 East side of the building has (2) ramps for forklift traffic and 16 feet of loading dock with three
(3) roll up dock doors.
 The facility is on 2.5 acres of fenced property owned by the Charlotte Douglas International
Airport
 The facility has water, power, and telephone hook ups.
25
ATTACHMENT F: DUMPSTER MAP
Dumpsters













56-- 8 yard dumpsters located around concourse and main terminal (emptied daily)
3—30 yard open top dumpsters located at the Main terminal Loading Dock (emptied several
times per day)
1—30 yard compactor to load OCC cardboard (emptied 3 times per week)
1--- 30 yard Open top dumpster at the CLT Center (5601 Wilkinson Blvd) for general trash
(recyclable)(as needed)
1—30 Open top dumpster at the CLT Center (5601 Wilkinson Blvd) for Construction and
Debris)(as needed)
1—30 Open top dumpster at the CLT Center (5601 Wilkinson Blvd) (for pallets)(as needed)
1—8 yard dumpsters located at the Old Terminal (4700 Yorkmont Road) (emptied 3 times a
week) M-W-F
1—8 yard dumpsters located at Park 160 (4800 West Blvd)( emptied 2 times a week) M-Th
1—8 yard dumpsters located at the Gato building (5318 Morris Field Drive)(once a week)
2—8 yard dumpsters located at Wilson Air service (5400 Airport Drive) ( emptied 2 times a
week) M-Th
1—8 yard dumpsters located at the Charlotte Medical Hanger (5309 Morris Field Dr) (emptied
once a week)
1—8 yard dumpsters located at the Coke Hanger (4690 First Flight Dr) (emptied once a week)
1-20 yard dumpster located at Gate 86 (outside secured area (recyclable) 5501 Josh Birmingham
(as needed)
26
27
28
29
30
31
ATTACHMENT G: COMPOST PERMIT
North Carolina Department of Environment and Natural Resources
Division of Waste Management
Dexter R. Matthews
Director
Pat McCrory
Governor
John E. Skvarla, III
Secretary
January 6, 2013
Mr. Bob Lucas
Charlotte Douglas International Airport
PO Box 19066
Charlotte, NC 28208
Solid Waste Compost Demonstration Approval (SWCD-60-03)
Dear Mr. Lucas:
The Division of Waste Management, Solid Waste Section, has reviewed your request for
approval of a Solid Waste Composting Demonstration Approval (SWCD-60-03) located at Charlotte
Douglas International Airport, 5501 Josh Birmingham Parkway, Charlotte, NC 28208. Your request is
considered approved in accordance with the N.C. Solid Waste Management Rules, 15A NCAC 13B .1409
and subject to the following conditions:
(1)
The approval period is from receipt of this letter to January 6, 2014. If an extension is needed it
must be requested by October 6, 2014 with a justification for the extension.
(2)
A full Solid Waste Compost facility permit will not be issued for this facility without approval from
the appropriate local zoning officials or a letter indicating that the property is not zoned. Any
local zoning approvals necessary for the demonstration approval are the responsibility of the
applicant.
(3)
Composting at this site shall be limited to the materials specified in the application.
(4)
The site shall be prepared to control run-off and run-on. Best management practices shall be
utilized for this purpose. All run-off from the site and any leachate generated shall be managed
to prevent any impact to ground or surface waters. A full Solid Waste Compost facility permit will
not be issued for this facility until storm water and leachate from the site are managed according
to the Division of Water Quality’s standards.
(5)
This approval is subject to immediate revocation if activities on site result in a direct or potential
threat to the public health or the environment or if significant odor problems are created. The
Division of Waste Management reserves the right to apply any other requirements of 15A NCAC
13B Section .1400 as the Division deems necessary during the above approval period.
(6)
Operation of the facility and compost monitoring activities shall be in accordance with the
approved application and Section .1406 of the Solid Waste Management Rules. Records of
temperatures shall be maintained to show pathogen reduction and vector attraction reduction
requirements have been met and shall be available to representatives of the Section upon
request.
1646 Mail Service Center, Raleigh, North Carolina 27699-1646
Phone: 919-707-8200 \ FAX: 919-707-8200 \ Internet: http://portal.ncdenr.org/web/wm/
An Equal Opportunity \ Affirmative Action Employer
32
(7) Compost testing, frequency of testing, and reporting of test results shall be in accordance with the
approved application and Section .1408 of the Solid Waste Management Rules. Classification and
distribution of compost shall be in accordance with Section .1407 of the Solid Waste Management
Rules.
(8) All compost shall be tested and the results approved by the Solid Waste Section prior to
being used at the facility or removed from the facility for any use.
(9) Any changes or additions to this facility, subsequent to receipt of this letter shall be approved
prior to the start of the operation.
(10) This approval is not transferable.
(11) A pre-operational inspection is required to confirm the site’s setbacks in accordance with NC Solid
Waste Composting Rule 15A NCAC 13B .1404 prior to accepting feedstock’s for composting.
(12) Any day that the facility’s conveyer belt operation is not operating all organic waste material
collected during that day shall be sent to the landfill.
(13) The Curbing located where the facility accepts the daily waste from the Charlotte Airport shall
remain in place at all times, to insure that leachate is diverted to the City of Charlotte’s sewer
system.
(14) Teresa Bradford, Environmental Senior Specialist, will be responsible for oversight and
inspection of the facility and related activities. Ms. Bradford can be contacted at (704) 235-2160.
If you have questions concerning this approval please contact me at (919) 707-8280.
Sincerely,
Martin A. Gallagher, Environmental Supervisor
Composting & Land Application Branch
Cc: Teresa Bradford, Environmental Senior Specialist
Jason Watkins, Western District Supervisor
S:\Solid_Waste\CLA\COMPOST\DEMO\APPROVAL\60-meck\Charlotte Douglas International Airport\SWCD 60-03 Approval 12-23-2013
33
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
60
61
62
63
64
65
ATTACHMENT I: SAMPLE BUDGET
Description
Salary and Wages
Payroll Tax Expense
Office supplies
Postage & Delivery
Health Insurance
General Liability Insurance
Workers Comp Insurance
Automobile Liability Insurance
Banking Service Charges
Personal Protective Equipment
Freight
Bale/Wire Ties
Equipment Repair
Training & Safety
Fuel
Compost Supplies
Compost Lab Tests
Dumpsters
Landfill Fees
Janitorial Expenses
Total
October 18 -31
$
-
November
$
-
December
$
-
Company:
Charlotte Douglas Airport Recycling Center
Year 1 Operating Budget
January
February
March
April
May
$
-
$
-
$
-
66
$
-
$
June
-
$
July
-
$
August
-
$
-
September
$
-
October 1 - 17
$
-
TOTAL
$
$
$
$
$
$
$
-
$
$
$
$
$
$
$
$
$
$
$
$
-
$
-
# of Positions
October 18-31
November
December
Charlotte Douglas Airport Recycling Center
Year 1 Annual Employee Wages
February
March
April
January
May
June
July
August
September
October 1 -17
Plant Manager
Supervisor
Bobcat Operator
Forklift Operator
Bag Opener
Bailers
Janitor
Truck Driver
Composter
0
$
-
$
-
$
-
$
-
$
-
$
-
$
Charlotte Douglas Airport Recycling Center
Year 1 Employee Hourly Wages
Position
Hourly Rate Range
1 Plant Manager
2 Supervisor
3 Bobcat Operator
4 Forklift Operator
5 Bag Opener
7 Bailers
8 Janitor
9 Truck Driver
10 Composter
67
-
$
-
$
-
$
-
$
-
$
-
$
-
TOTALS
$
$
$
$
$
$
$
$
$
$
-
Download