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 $ $ $ $ $ $ $ $ $ $ -