EPA/530/SW-552
OCTOBER 1976
requests
-------
An environmental protection publication (SW-552) in the solid waste
management series. Mention of commercial products does not constitute
endorsement by the U.S. Government. Editing and technical content of this
report were the responsibilities of the Resource Recovery Division of the
Office of Solid Waste Management Programs.
Single copies of this publication are available from Solid Waste
Information, U.S. Environmental Protection Agency, Cincinnati, Ohio 45268.
-------
RESOURCE RECOVERY PROJECTS
Requests for Proposals/Contracts--Summaries
This report (SW-552) was written by
DENISE F. HAWKINS
U.S. ENVIRONMENTAL PROTECTION AGENCY
1976
-------
INTRODUCTION
This report presents summaries of requests for proposals issued
by several cities, counties, and other agencies in the United States
that sought or are seeking to engage private companies to design and
construct and, in some cases, to operate facilities to recover energy
and materials from mixed municipal (residential and commercial) solid
waste. This report also presents summaries of contracts between some
of those cities, counties, and agencies and the private companies that
responded successfully to the RFP that was issued in each case.
Background
Severe problems in disposing of municipal solid wastes, particularly
the lack of suitably located landfill sites, are causing many communities
to consider systems to recycle materials and recover energy from their
waste stream. One type of system involves building a large central facility
to process mixed municipal solid waste. Although some of these communities
are planning to design, construct, and operate the facilities by themselves
(with the assistance of consultants), a number of others intend to engage
private companies to carry out most or all of these functions. The most
common vehicle used to solicit bids from private companies is the Request
for Proposals (RFP).
The RFP is a document that specifies in great detail the community's
desired resource recovery system, how system contractors may bid to provide
this system, how bids will be evaluated, and what contract terms the
community wants. The RFP is usually the culmination of a community's
study of resource recovery systems and how they can be implemented.
Proposals submitted by companies in response to an RFP are then
evaluated by the sponsor. The highest ranking bidder(s) is (are)
invited to negotiate a contract for the design, construction, and
possibly the operation of a facility.
Information on planning a project, on preparing an RFP, and on
negotiating contracts has been developed by EPA's Office of Solid Waste
Management Programs (OSWMP) in a series of publications entitled Resource Recovery
Plant Implementation: Guides for Municipal Officials. This Guide series,
including sections on markets, technologies, and financing, is available
from OSWMP at the address below.
-------
The Purpose of the Report
The main purpose of publishing these summaries is to provide ideas
to communities that may be developing RFP's or contracts of their own.
A secondary purpose is to provide a convenient reference document describing
how selected communities treated specific subjects in their RFP's and
contracts.
Every RFP and contract must be custom-tailored to fit the legal,
technical, economic, and political requirements of the local situation;
therefore, no commentary on the usefulness of an RFP or contract is
possible unless the total context is taken into consideration, and
no such commentary was attempted in these summaries.
Twelve RFP's and six contracts or letters of intent have been
summarized in this report. Each summary is presented in a format designed
to facilitate comparability (it may not reflect the way in which the
RFP or contract itslef is organized). To facilitate reference to the
original document, the summaries show the page number of the RFP on which
each topic is discussed. Also included are the names and addresses of
officials of the sponsors of the RFP's and the parties to the contracts.
The RFP's and contracts themselves are not included in this report.
Readers may request copies from their sponsors; in addition, loan copies are
available from:
Office of Solid Waste Management Programs (AW-462)
U.S. Environmental Protection Agency
Washington, D.C. 20460
-------
CONTENTS
Connecticut Resources Recovery Authority and Combustion 1
Equipment Associates/Occidental Petroleum Corporation
Contract Summary
Connecticut Resources Recovery Authority and United 4
Illuminating Co. Letter of Intent
Cuyahoga County, Ohio, RFP Summary 6
Cuyahoga County, Ohio, and Ohio Refuse Energy 9
Corporation Contract Summary
State of Delaware RFP Summary 12
State of Delaware and Delmarva Power & Light Co. 16
Contract Summary
Detroit, Michigan, RFP Summary 18
Hempstead, New York, RFP Summary 22
Housatonic Valley, Connecticut, RFP Summary 25
Lane County, Oregon, RFP Summary 28
Commonwealth of Massachusetts for the Greater Lawrence 31
Area RFP Summary
Metropolitan Service District (Portland, Oregon) RFP Summary 34
Milwaukee, Wisconsin, RFP Summary 37
Milwaukee, Wisconsin, and American Can Co. Contract Summary 40
Monroe County, New York, RFP Summary 43
Monroe County, New York, and Raytheon Service Company 46
Contract Summary
Newark, New Jersey, RFP Summary 49
Seattle, Washington, RFP Summary 52
-------
CONNECTICUT RESOURCES RECOVERY AUTHORITY AND COMBUSTION EQUIPMENT
ASSOCIATES - OCCIDENTAL PETROLEUM CORPORATION
CONTRACT SUMMARY
SYSTEM SUMMARY
RECOVERY FACILITY
PROCESSING CAPACITY
EQUIPMENT REDUNDANCY
RECOVERY FACILITY
FACILITY OWNER
FINANCING MECHANISM
Six transfer stations, residue disposal
site, transfer trucks, power station
modifications, and a recovery facility.
The recovery facility will produce ECO-
FUEL (a dry, powdered fuel), ferrous
metals, aluminum and glass.
Maximum of 2200 tons per day.
throughput of 1900 tpd.
Not addressed in Contract.
Expected
Lesser of $47 million or amount remaining
in Construction Fund plus prior payments
from Fund. Construction Fund = Proceeds
from sale of bonds ($52 million) - (under-
writers Fee + other expenses due to bond
sale + Debt service from issuance to 1st
day of operation + $5.2 million + Debt
Service Reserve Fund) + Interest on
balance in Construction Fund + interest
on other funds.
CRRA.
CRRA will sell bonds; if unable to sell
bonds, Contractor may arrange for his own
financing or terminate agreement.
PAGE*
A-2,
A-9,
A-12
A-9
2-15
2-11
2-12
WASTE STREAM
CONTRACT BETWEEN
CONTRACT DURATION
MINIMUM TONNAGE
DUMP FEE
CRRA and municipalities. (1-8)+
22% years.
276,700 tons per year. (B-3)
Annual operating Charge based on tonnage (B-8)
delivered. O.C. - Operating Fee + Labor
Fee + Taxes + Utility Fees. Operating
and Labor Fees are fixed amounts (subject to
adjustment by Consumer Price Index) based
on tonnage.
*Refers to page number in Contract (not included in this report).
+Numbers in parentheses indicate that the text is in the Operation and
Marketing Agreement. All other passages are in the Construction Agreement.
-------
PAGE
OPTIONAL DISPOSAL
CRRA provides site for unprocessable (2-7)
waste.
FACILITY CONSTRUCTION
CONTRACT BETWEEN
COMPETITIVE BID?
DELAY PENALTY?
PERFORMANCE PENALTY?
CRRA, Combustion Equipment Associates i
and Occidental Petroleum Corporation.
No.
Yes. For each day of delay beyond 2-8
Scheduled Commercial Operation Date,
contractor will pay Trustee of Bond
Resolution amount equal to Trustee's
debt service payment.
No. Contractor must remedy any A-26
defects.
FACILITY OPERATIONS
CONTRACT BETWEEN
DURATION
REVENUE TO OPERATOR
PROFIT LIMITATION?
REVENUES SHARED?
BACK-UP DISPOSAL
RESPONSIBILITY
CRRA, Combustion Equipment Associates (i)
and Occidental Petroleum Corporation.
277 months following the Commercial (1-14)
Operation Date. CEA and Oxy have
option to purchase facility for $10
at termination of agreement. CRRA
has right to repurchase at fair
market value.
CRRA pays operating charge to (2-3)
contractor. Contractor keeps balance
of excess revenues after giving CRRA
their share.
No.
Yes. Authority credited minimum (C-l)
revenues of $14.21 per ton delivered. (C-3)
CRRA also receives specified amount of
revenues over minimum and a percentage
of net income before taxes.
Contractor may use any authorized (B-7)
landfill.
-2-
-------
PAGE
LIQUIDATED DAMAGES?
ECONOMIC FRUSTRATION
not addressed in Contract.
Provision for renegotiation in the event
CEA - Oxy has net losses of $3 million
over 3 years and projected losses of at
least $1 million for each of the next 2
years.
(4-1)
PURCHASE OF OUTPUT
CONTRACT BETWEEN
DURATION
BASIS FOR PRICE
REVENUE OFFSET
CRRA and United Illuminating Company.
To be negotiated.
Price per million Btu's of rdf equal
to price per million Btu's of fossil
fuel minus price and quantity discounts.
CRRA pays cost of increased engineering
staff, insurance, operating and main-
tenance, and capital equipment.
(E-l)
(E-3)
(E-5)
DISPOSAL OF RESIDUALS
CONTRACT BETWEEN
DURATION
DISPOSAL COST
Part of Operation and Marketing Agreement.
See Facility Operations.
Contractor pays disposal fee. Considered
a Cost of Operation.
(2-7)
For more information, contact:
Richard P. Chase
Connecticut Resource
Recovery Authority
Suite 1305
60 Washington St.
Hartford, Connecticut 06106
(203) 549-6390
George Mai Ian
Director, Resource Recovery
Program
Occidental Research Corporation
La Verne, California 91750
(714) 593-7421
-3-
-------
CONNECTICUT RESOURCES RECOVERY AUTHORITY AND UNITED ILLUMINATING CO.
LETTER OF INTENT
CONTRACTUAL CONDITIONS
DURATION
OWNERSHIP
CONDITIONS FOR
TERMINATION
LIQUIDATED DAMAGES
To be negotiated.
Not addressed in Letter of Intent.
Material default by either party. Risk of
equipment impairment or damage. Risk to
reliability of electrical generation.
Not addressed in Letter of Intent.
PAGE'
FEES AND PAYMENTS
BASIS FOR FUEL PRICE
CAPITAL COSTS
OTHER COSTS
Equal to price per million Btu of displaced
fuel with price and quantity discounts.
CRRA pays capital costs of modification.
CRRA assumes all costs, including increased
expense for engineering, insurance, operating
and maintenance.
5
5
FUEL PRODUCT
TONNAGE GUARANTEES
PROVISION FOR
NON-ACCEPTANCE
SPECIFICATIONS
UI must accept at least 4,500 tons per
week or they will not be entitled to any
discounts.
Not addressed in Letter of Intent.
Particle size 100%
-------
CONDITIONS FOR TERMINATION
OR ACCEPTANCE
WHO PAYS?
PARE
First stage must demonstrate that
slagaing and burning characteristics
do not preclude use of RDF.
CRRA furnishes and pays
facility and fuel.
for test
For more information, contact:
Richard P. Chase
Connecticut Resource
Recovery Authority
Suite 1305
60 Washington St.
Hartford, Connecticut 06106
(203) 549-6390
-5-
-------
CUYAHOGA COUNTY, OHIO
RFP SUMMARY
GENERAL PROGRAM DESCRIPTION
SUBJECT OF SOLICITATION
BID BRIEFING?
PROPOSAL SCHEDULE
Full service contract-financing,
design, construction and operation-
for solid waste disposal.
Yes.
Not addressed in RFP.
PAGE*
TECHNICAL REQUIREMENTS
PROCESS DESCRIPTION
REDUNDANCY REQUIREMENTS
WASTE QUANTITY AND
COMPOSITION
PERFORMANCE SPECIFICATIONS
PRODUCT SPECIFICATIONS
RESIDUAL DISPOSAL
MANAGEMENT SPECIFICATIONS
PRODUCT SCHEDULE
CONTRACTOR'S RESPONSIBILITIES
MARKETING RESPONSIBILITIES
Not addressed in RFP - Bidder's choice.
Not addressed in RFP.
800-1000 ton per day average. 13
Must be able to handle 800 or 15
1000 tons per day.
Not addressed in RFP.
Not addressed in RFP.
Construction should be completed 3
within 36 months from date of
contract award.
Responsible for financing, design, 13
construction, completion and operation
of the facility, also land acquisition.
Not addressed in RFP.
ECONOMICS AND FINANCING
FINANCING ANTICIPATED
Contractor must finance; County will 5,15
consider industrial revenue bonds.
*Refers to page number in RFP (not included in this report).
-6-
-------
PAGE
FEES AND PAYMENTS
REVENUE SHARING
Monthly payment of dump fees
by County.
Not addressed in RFP.
12,16
PROPOSAL REQUIREMENTS
BID BOND
BIDDER QUALIFICATIONS
PROPOSAL FORM
$200,000 bid bond or certified
check.
Must show financial technical,
and managerial capability within
60 days after selection as contractor.
2
17
Addendum
I
EVALUATION PROCESS
METHODOLOGY
CRITERIA
Not addressed in RFP.
Not addressed in RFP.
CONTRACTUAL CONDITIONS
DURATION
OWNERSHIP
TONNAGE GUARANTEES
DUMP FEE
PENALTIES
20 years after 1st day solid wastes 15
are accepted. Renewal must be made
no later than 4 years prior to ter-
mination of contract.
Private ownership; County has no 15
option to buy at end of contract.
Guarantees either 208 or 260,000 16
tons per year; any penalty for
delivering less in one year will
be paid the following year as an
adjustment in the per ton disposal
fee; same for premium for delivering
more.
Monthly payment by County. 12
Performance bond of $2 million. 3
Liquidated damages of $200 per day.
-7-
-------
PAGE
DISPOSAL RESPONSIBILITIES Contractor's responsibility. 13
LIQUIDATED DAMAGES $200 per day for delay in 6
completion of facility.
For more information, contact:
Frank R. Pokorny, President
Board of County Commissioners
County of Cuyahoga, Ohio
Room 451
County Administration Building
1219 Ontario Street
Cleveland, Ohio 44113
(216) 241-2700
-8-
-------
CUYAHOGA COUNTY, OHIO AND OHIO REFUSE ENERGY CORPORATION
CONTRACT SUMMARY
SYSTEM SUMMARY
RECOVERY FACILITY
PROCESSING CAPACITY
EQUIPMENT REDUNDANCY
RECOVERY FACILITY
INVESTMENT
FACILITY OWNER
FINANCING MECHANISM
Steam generation.
Not addressed in Contract.
Not addressed in Contract.
Ohio Refuse Energy Corp.
Private financing; can opt for
industrial revenue bonds.
PAGE11
P-2
II-l
II-2
WASTE STREAM
CONTRACT BETWEEN
CONTRACT DURATION
MINIMUM TONNAGE
DUMP FEE
PENALTIES
County and municipalities; County P-2
and Ohio Refuse Energy Corp.
20 years from 1st day solid waste VI-1
is delivered.
4,000 tons per week; 26,000 tons per IV-1
year, but not more than 1,500 tpd.
For first year, requirement is 2/3 above.
$2.50 per ton, revised yearly by IV-1
formula. Revised User Charge = Base
Charge + (BC x .75 x Adjustment Index).
AI = Consumer Price Index (present
year) -CPI (base year)
Consumer Price Index (base year).
Failure to supply minimum tonnage means IV-2
County pays Fuel Oil Charge
F.O.C. = Price of F.O. x Quantity of F.O. x
(Minimum Weekly Tonnage - Actual
Weekly Tonnage).
If County doesn't deliver minimum IV-3
yearly tonnage, pays penalty follow-
ing year by adjusting per ton disposal
charge. Minimum Tonnage Charge = Revised
User Charge (Base Min. Tn. -Tons Delivered
Min. Tonnage Required Following Year.
''Refers to page number in Contract (not included in this report).
-9-
-------
PAYMENTS TO COUNTY
All fees paid by local governmental
units to County, then to contractor.
County does not guarantee payment
of funds from sources other than
payments received from local govern-
ments; in addition, local governments
pay Administrative and Revenue
Charge equal to 50% of total of all
other monthly disposal charges. A.R.C.
used by County to administer program.
PAGE
IV-6
OPTIONAL DISPOSAL
FACILITY CONSTRUCTION
CONTRACT BETWEEN
COMPETITIVE BID?
DELAY PENALTY?
PERFORMANCE PENALTY?
County and Ohio Refuse Energy Corp. III-l
Yes, part of RFP.
Yes. Liquidated damages of $200 per day. III-l
No. Contractor only responsible III-2
for correcting defects or omissions
and making repairs.
FACILITY OPERATIONS
CONTRACT BETWEEN
DURATION
REVENUE TO OPERATOR
PROFIT LIMITATION?
REVENUES SHARED?
BACK-UP DISPOSAL
RESPONSIBILITY
LIQUIDATED DAMAGES?
County and Ohio Refuse Energy Corp. IV-1
20 years from 1st day solid waste VII-1
is delivered.
$2.50 per ton dump fee, subject to IV-1
escalation and penalty for nondelivery;
revenues from sale of energy and
materials.
No.
No.
Contractor must supply landfill for IV-8
residue and unrecoverable wastes.
Yes. $200 per day. III-l
Penalty for failure to unload trucks
within 15 min. of arrival. IV-7
-10-
-------
PURCHASE OF OUTPUT PAGE
CONTRACT BETWEEN Ohio Refuse Energy Corp. and markets. II-2
DURATION To be negotiated.
BASIS FOR PRICE To be negotiated .
REVENUE OFFSET To be negotiated .
DISPOSAL OF RESIDUALS
CONTRACT BETWEEN County and Ohio Refuse Energy Corp.
DURATION 20 years from 1st day solid waste VIII-1
is delivered •
DISPOSAL COST Contractor's responsibility.
For more information, contact:
Frank R. Pokorny, President
Board of County Commissioners
County of Cuyahoga, Ohio
County Administration Building
1219 Ontario Street
Cleveland, Ohio 44113
(216) 241-2700
Ohio Refuse Energy Corp.
Suite 1003
1300 East 9th St.
Cleveland, Ohio 44114
ATTN: President
-11-
-------
STATE OF DELAWARE
RFP SUMMARY
GENERAL PROGRAM DESCRIPTION
SUBJECT OF SOLICITATION
BID BRIEFING
PROPOSAL SCHEDULE
Design, construction and operation
of a demonstration solid waste and
sewage sludge processing and resource
recovery facility.
Not addressed in RFP.
Not addressed in RFP.
PAGE'
1-1
TECHNICAL REQUIREMENTS
PROCESS DESCRIPTION
REDUNDANCY REQUIREMENTS
WASTE QUANTITY AND
COMPOSITION
PERFORMANCE SPECIFICATIONS
Processing systems for solid waste 1-3,1-6
and sludge. Ferrous metals and
shredded fuel will be recovered
from the solid waste. The remaining
solid waste will be combined with
the sewage sludge and processed to
recover ferrous and non-ferrous metals
and glass. The remainder will be
processed to produce humus for
fertilizer and gas for use within
the facility.
No single point of failure should 3-34
prevent plant from functioning.
Plant should operate 52 weeks per
year.
Facility must process 485 tons per 3-1
day of municipal refuse, 15 tpd of
light industrial solid waste, and
230 tpd of digested sewage sludge
(all on a wet basis).
Specifications, in terms of capacity 3-11
and efficiency, for primary and
secondary shredders, ferrous re-
covery, ferrous clean-up, air
classification, sludge dewatering,
digesters, dryers, separation, and
pyrolysis.
*Refers to page number in RFP (not included in this report).
-12-
-------
PRODUCT SPECIFICATIONS
RESIDUAL DISPOSAL
Specifications for fuel fraction.
Humus, glass, ferrous and non-ferrous
metals, and a carbon product must
meet market specifications. Expected
product quantities given.
Contractor shall dispose of residue
at "his own expense.
PAGE
3-24,3-31
3-30
MANAGEMENT SPECIFICATIONS
PROJECT SCHEDULE
CONTRACTOR'S
RESPONSIBILITIES
MARKETING RESPONSIBILITIES
Not addressed in RFP.
Design solid waste and sewage sludge 2-1
processing systems; construct solid
waste processing system; manage con-
struction of sludge system; conduct
start-up activities; operate for a
one-year demonstration period; operate
for agreed-upon commercial period.
Must market products required in the 2-16
RFP, and develop new products and
markets. Contractor must guarantee
products and markets he proposes.
ECONOMICS AND FINANCING
FINANCING ANTICIPATED
FEES AND PAYMENTS
REVENUE SHARING
$9 million demonstration grant from EPA. 1-6
Possible EPA grant for construction of
sewage processing system.
Fixed fee for each of the following 4-3
stages: design, construction and
construction management. Fees for
start-up and operation should be
included in construction.
State shall receive credit for B-52
percentage over and above guaranteed
gross revenues during commercial
operation. Credit applied to net
processing charge.
-13-
-------
PROPOSAL REQUIREMENTS
BID BOND
PROPOSAL CONTENT
PROPOSAL FORM
Equal to 10% of the total fixed
sums for design, construction, and
construction management.
Proposals should include an Executive
Summary; a description of the proposed
process; site utilization; plant design
and construction plan; operating, mar-
keting and management plans; cost
proposal; and bidder qualifications.
Not addressed in RFP.
PAGE
5-16
5-8
EVALUATION PROCESS
METHODOLOGY
CRITERIA
Not addressed in RFP.
Bidders will be evaluated for management
factors (50%); technology factors (30%);
and economic factors (20%).
6-1
CONTRACTUAL CONDITIONS
DURATION
OWNERSHIP
TONNAGE GUARANTEES
FEES AND PAYMENTS
PENALTIES
DISPOSAL RESPONSIBILITIES
LIQUIDATED DAMAGES
Duration to be negotiated; contractor B-55
has option to extend agreement.
State owns site and facility. 1-2
State guarantees 500 tons of solid B-2
waste and 230 tons of sewage sludge
per operating day.
See Economics and Financing. 4-3
Process and equipment performance bond B-69
equal to cost to State for design and
construction; construction performance
bond; labor and materials bond; and
operating bond.
Contractor disposes of residue in State 3-30
designated landfills and pays a dump fee
for each ton deposited.
Amount of damages not yet determined. B-20
-14-
-------
APPENDICES
A - Contract between State and Delmarva Power & Light Co.
B - Sample contract for RFP
C - State air pollution regulations
D - State water quality standards
E - State solid waste disposal regulations
F - Amendment to permit "innovative competition"
G - Sample bid bond
For more information, contact:
Pasquale S. Canzano
Department of Natural Resources
and Environmental Control
State of Delaware
Dover, Delaware 19901
(302) 678-4781
-15-
-------
STATE OF DELAWARE AND DELMARVA POWER K LIGHT CO.
CONTRACT SUMMARY
CONTRACTUAL CONDITIONS
DURATION
OWNERSHIP
CONDITIONS FOR
TERMINATION
PENALTIES
LIQUIDATED DAMAGES
10 years, including test period.
Utility will own new RDF storing and firing
facilities.
If Utility determines there is a permanent
adverse effect on the boiler, or the production
of power, Utility may terminate with no liability.
May also be terminated by mutual consent.
If agreement is terminated by the State without 8
just cause, State pays Utility unamortized
portion of capital investment.
Claims must be made for damages suffered. 9
PAGE
8
2
8,9
FEES AND PAYMENTS
BASIS FOR FUEL PRICE
CAPITAL COSTS
OTHER COSTS
90% average monthly cost per million Btu for 4
displaced fuel, adjusted by incremental operating
and capital costs.
Utility pays cost of converting boiler; if
State uses conveyor system to transport RDF to
Utility, State will bear costs.
Utility will design, construct and operate new
storing and firing facilities.
2,3
FUEL PRODUCT
TONNAGE GUARANTEES
PARTICLE SIZE
MOISTURE CONTENT
OTHER SPECIFICATIONS
Initially 200 tons per day, 5 days a week;
increasing to 242 tons per day, 5 days a
week.
90%< 1 inch square mesh screen
100% <1% inch square mesh screen
Maximum of 25%.
Not addressed in Contract.
4
4
*Refers to number in Contract (not included in this report).
-16-
-------
PROVISIONS FOR NON-ACCEPTANCE
RESIDUAL DISPOSAL
PAGE
If Utility cannot accept waste during
emergency or boiler repair, State
will remove RDF from Utility's
storage facility at Utility's
expense.
State provides site; Utility
delivers residue.
TEST PERIOD
DURATION
CONDITIONS FOR TERMINATION
OR ACCEPTANCE
WHO PAYS?
1 year.
See Contractual Conditions.
State, unless they are tests not
required but desired by the Utility.
For more information, contact:
Pasquale S. Canzano
Department of Natural Resources
and Environmental Control
State of Delaware
Dover, Delaware 19901
(302) 678-4781
Frank Cook
Manager of Production
Delmarva Power and Light
Company
800 King Street
Wilmington, Delaware 19899
(302) 429-3281
-17-
-------
DETROIT
RFP SUMMARY
GENERAL PROGRAM DESCRIPTION
SUBJECT OF SOLICITATION
BID BRIEFING?
PROPOSAL SCHEDULE
Design, finance, construct, own
and operate facilities to dispose
of solid waste, generate steam,
and recover recyclable materials.
Yes.
3 months to prepare proposals.
3 months to evaluate proposals.
2 months to negotiate a contract.
PAGE
1-1
1-6
1-6
TECHNICAL REQUIREMENTS
PROCESS DESCRIPTION
RELIABILITY
WASTE QUANTITY AND
COMPOSITION
Two process options; companies may 1-2
bid either or both:
A - City delivers 3000 tpd to Site I
where contractor generates steam
for the Public Lighting Dept;
or City delivers to Site II
where contractor processes and then
transports to Site I for steam
generation.
B - City delivers either 5700 tpd to
Site II or 3000 tpd to Site I and
2700 tpd to Site II. Contractor
generates steam for Central Heating
System and Public Lighting Dept.
Under Option B, Contractor must have 11-18
either an alternate fuel supply or
back-up steam generating facilities
using a fuel other than solid waste.
City guarantees to deliver a yearly II-2
average of 780,000 tons. City does
not presently control the additional
2700 tpd in Option B.
*Refers to page number in RFP (not included in this report).
-18-
-------
PAGE
PERFORMANCE SPECIFICATIONS
PRODUCT SPECIFICATIONS
RESIDUAL DISPOSAL
Performance demonstration will 11-69
test waste throughput, steam
production and compliance with
environmental standards.
Specifications given for steam 11-6
quality and quantity.
Contractor's responsibility to II-6
provide separate site for disposal
of residues.
MANAGEMENT SPECIFICATIONS
PROJECT SCHEDULE
CONTRACTOR'S RESPONSIBILITIES
MARKETING RESPONSIBILITIES
Process for establishing construction 11-26
and operation schedule is outlined.
Contractor shall design, finance, 11-35
construct and operate facility
using whatever means he chooses
subject to City's approval.
Contractor is responsible for 11-28
marketing recovered materials.
Sale of steam arranged by the
City.
ECONOMICS AND FINANCING
FINANCING ANTICIPATED
FEES AND PAYMENTS
REVENUE SHARING
Contractor provides financing 11-40
City pays contractor pre-determined 11-41
dump fee which covers capital and
operating costs, subject to escalation.
Revenues from materials shared 11-47
with City; contractor proposes
percentage. Contractor receives
100% of steam revenues except
when revenue increases are due to
increases in the value of steam;
City receives 25% of the increase.
PROPOSAL REQUIREMENTS
BID BOND
$100,000; good until one or more
finalists have been selected for
negotiation.
III-2
-19-
-------
PAGE
PROPOSAL FORM
PROPOSAL REQUIREMENTS
Proposals must include an Executive
Summary and technical, management,
marketing, and environmental proposals.
In addition, bidder must calculate
his tipping fee, give revenue sharing
percentages, present a financial
plan and state his qualifications.
111-12
III-6
EVALUATION PROCESS
METHODOLOGY
CRITERIA
2 - stage evaluation process. The IV-1
first stage will examine the content
of the proposals; the 2nd stage will
select proposers to negotiate with
based on their tipping fee.
Evaluation will be based on technical IV-1
reliability, management and financial
qualifications, tipping fee, environ-
mental impact and contractual conser-
vation.
CONTRACTUAL CONDITIONS
DURATION
OWNERSHIP
TONNAGE GUARANTEES
FEES AND PAYMENTS
PENALTIES
20 yrs. from 1st day of operation. 11-53
Contractor owns facility; City owns 11-52,
sites and will lease to Contractor 11-53
for a period not to exceed 20 years
from 1st day of operation. Contractor
gives facility to City when contract
expires.
City guarantees 780,000 tons per year. 11-55
See Economics and Financing.
City pays for tonnage below guaranteed 11-56
amount; Contractor deducts 1/2 tipping
fee from amount City owes if he cannot
accept up to daily maximum. Contractor
deducts 1/2 current steam price for
each 1,000 Ibs. of steam short, if
unable to deliver minimum steam required.
Contractor must provide bonds for per-
formance and payment, equal to construc-
ion cost, and demolition.
-20-
-------
PAGE
DISPOSAL RESPONSIBILITIES Contractor provides disposal site II-6
for all process residuals.
LIQUIDATED DAMAGES Damages in the amount of $3,000 per 11-60
day (Option A) or $5,700 per day
(Option B).
APPENDICES
A - Glossary
B - Directory
C - Site Information
D - Summary of Waste Quantities
E - Proposer Legal Status
F - Proposal Bond
G - Grounds for Extension
H - Default Provisions
For more information, contact:
Bernard Panush
Deputy Director
Environmental Protection and
Maintenance Department
513 City-County Building
Detroit, Michigan 48226
(313) 224-3902
-21-
-------
HEMPSTEAD, NEW YORK (REBID)
RFP SUMMARY
GENERAL PROGRAM DESCRIPTION
SUBJECT OF SOLICITATION
BID BRIEFING
PROPOSAL SCHEDULE
Full-service contract for 11,000
ton per week resource recovery
facility.
No bidders conference
Not addressed in RFP.
PAGE*
2
TECHNICAL REQUIREMENTS
PROCESS DESCRIPTION
REDUNDANCY REQUIREMENTS
WASTE QUANTITY AND
COMPOSITION
PERFORMANCE SPECIFICATIONS
PRODUCT SPECIFICATIONS
RESIDUAL DISPOSAL
MANAGEMENT SPECIFICATIONS
PROJECT SCHEDULE
CONTRACTOR'S RESPONSIBILITIES
Not addressed in RFP.
Not addressed in RFP.
Not addressed in RFP.
2,000 tons per day; 6 days per week; 6
residue not more than 3% by volume;
ferrous and nonferrous metals, glass
energy producing wastes; spelled out
specifically in Section IV of the
contract (p. 11)
Not addressed in RFP.
Town will accept residue of no more 8,C-13
than 3% by volume of input; contractor
delivers to Town landfill or another
site of his own.
Not addressed in RFP.
Design shall provide for increases
up to 3,000 tpd, or 18,000 tpw,
shall weigh solid waste; unload
vehicles; have storage capacity of
6,000 tons of new waste; sort
waste into products and combustible
fraction; dispose of residue.
C-ll
*Refers to page number in RFP (not included in this report).
-22-
-------
MARKETING RESPONSIBILITIES
Contractor can specify materials
he will recover; option to sell
combustible product to a third
party of contractor's choosing
or can produce steam or electricity
for sale to LILCO.
PAGE
C-12
ECONOMICS AND FINANCING
FINANCING ANTICIPATED
FEES AND PAYMENT
Contractor must finance; Town C-8
may issue Industrial Revenue bonds.
Dump (service) fee based on average C-18,
weekly tonnage in 4-week period; C-21
adjustment based on construction
cost or operating cost.
REVENUE SHARING
Agreed-upon percentage of gross
revenues credited to Town.
10,C20
PROPOASL REQUIREMENTS
BID BOND
$100,000-Town to retain not more
than 90 days.
13
PROPOSAL FORM
Form includes service fee schedule, 12
technical proposal, bidder quali- Exhibit
fications, bid bond, performance
bond and labor and materials bond.
EVALUATION PROCESS
METHODOLOGY
CRITERIA
Evaluation by committee; option
to request oral presentation.
Cost to Town, bidder qualifications,
disposal technology, construction
schedule, environmental impact.
-23-
-------
CONTRACTUAL CONDITIONS
DURATION
OWNERSHIP
TONNAGE GUARANTEES
DUMP FEE
PENALTIES
DISPOSAL RESPONSIBILITIES
LIQUIDATED DAMAGES
APPENDICES
PAGE
9.C-26
Town owns site; contractor owns facility- c~5
Not to exceed 20 years; 3 years for
construction, 17 years for operation.
Town guarantees average minimum of
6,000 tons per week; put or pay
(processing & revenues); if contractor
cannot process minimum amount, Town
does not have to deliver or pay.
(See Economic and Financing)-
Construction performance bond-$5 million
Operating performance bond-$5 million
may be reduced to $1 million for 3 years
operating. Demolition bond-$l million.
Contractor may deliver residue to Town
landfill at contractor's expense or may
dispose of residue in any legally &
appropriate method, again at his own
expense.
$500 per day for failure to complete
plant, start trial run, complete test
run. In lieu of performance bond,
contractor may accept imposition of
liquidated damages not to exceed $7500
per day based on actual damages for a
period not to exceed 3 years.
16,C-41
C-13
C-9, C-41
EXHIBIT A
EXHIBIT B
EXHIBIT C
SITE DESCRIPTION
CONSTRUCTION CONDITIONS AND SPECIFICATIONS
PROPOSAL AND SERVICE FEE SCHEDULE
For more information, contact:
William Landman
Commissioner of Sanitation
1600 Merrick road
Merrick, New York 11566
(516) 378-4210
-24-
-------
HOUSATONIC VALLEY, CONNECTICUT
RFP SUMMARY
GENERAL PROGRAM DESCRIPTION
SUBJECT OF SOLICITATION
BID BRIEFING?
PROPOSAL SCHEDULE
PAGE*
Design, construction, operation of
resource recovery system.
No.
Not addressed in RFP.
TECHNICAL REQUIREMENTS
PROCESS DESCRIPTION
REDUNDANCY REQUIREMENTS
WASTE QUANTITY AND
COMPOSITION
PERFORMANCE SPECIFICATIONS
PRODUCT SPECIFICATIONS
RESIDUAL DISPOSAL
Must submit pricing data for 4 levels C-2
of separation and marketing:
1. Combustible fraction only.
2. Combustible & ferrous.
3. Combustible, ferrous & aluminum.
4. As much as possible.
Should be able to operate at its nominal C-3
capacity (either 900 or 1,200 tpd)
with any major piece of processing
equipment out of service.
Either 269,300 or 356,400 tons per year. C-2
Composition not specified.
Performance standards for processing B-15
plant capacity, recovery of recycled
materials, composition & quantity of
combustible fraction, and volume &
putrescible content of the residue.
Fuel fraction C-4
Sulfur 0.5% maximum
Ash 15% maximum
Moisture 10% maximum
Particle size 90% <^ inch
Residue not more than 5% of initial volume.
Ferrous, glass and aluminum must be able to
meet market needs.
Contractor delivers residue to transfer C-7
stations in same proportions that they
delivered wastes to the processing center.
*Refers to page number in RFP (not included in this report).
-25-
-------
PAGE
MANAGEMENT SPECIFICATIONS
PROJECT SCHEDULE
CONTRACTOR'S
RESPONSIBILITIES
MARKETING
RESPONSIBILITIES
Not addressed in RFP.
Design, construction and operation of
transfer stations and processing plant, and
marketing of recovered products.
Contractor has sole marketing responsibility;
if they want to use the suggested purchaser
of the fuel, CRRA will enter into contract
with them.
C-3
C-5
ECONOMICS AND FINANCING
FINANCING ANTICIPATED
FEES AND PAYMENTS
REVENUE SHARING
Towns will share cost of transfer (weigh) B-5,B-6
stations with contractor on specified
basis. Landfills leased to contractor
for $1 for 22 years; capital loan from CRRA
to contractor.
Fixed dump fee subject to change based on B-4
Cost of Living Index,changes in direct con-
tact costs due to environmental or OSHA
regs., or negotiation.
Increases in guaranteed minimum revenues B-4
will be shared, 50-50, between the Council
and the contractor. The Council's share will
be divided among the member towns on a per
capita basis.
PROPOSAL REQUIREMENTS
BID BOND
PROPOSAL REQUIREMENTS
PROPOSAL FORM
Not addressed in RFP.
Bidder must submit Technical and Business
proposals.
A-l
A-6
EVALUATION PROCESS
METHODOLOGY
CRITERIA
Not addressed in RFP.
Bidders will be evaluated on the basis of 2
the cost per ton, experience, system reliability,
energy demand, and management resources.
-26-
-------
CONTRACTUAL CONDITIONS
DURATION
OWNERSHIP
TONNAGE GUARANTEES
DUMP FEE
PENALTIES
DISPOSAL
RESPONSIBILITIES
LIQUIDATED DAMAGES
Design and construction phase - 24 months.
Operation - 22 years after date of contract.
CRRA-
Tonnage will be guaranteed, amount not
specified.
Council will pay unspecified amount to
Contractor; subject to change based on cost
of Living Index, changes in direct contract.
costs due to environmental or OSHA regs, or
negotiation.
$15 million construction bond.
$4 million annual performance bond.
PAGE
B-3
B-3
B-4
B-6,8-15
Contractor must deliver residue to transfer C-7
stations in same proportions that they delivered
wastes to the processing center.
Not addressed in RFP.
For more information, contact:
Louis C. White, Chairman
Housatonic Valley Council
of Elected Officials
256 Main Street
Danbury, Connecticut 06810
-27-
-------
LANE COUNTY, OREGON
RFP SUMMARY
GENERAL PROGRAM DESCRIPTION
SUBJECT OF SOLICITATION
BID BRIEFING?
PROPOSAL SCHEDULE
Contract to design, construct
and operate a resource recovery
facility producing a shredded
fuel and ferrous metals.
Yes.
PAGE1
37
37
TECHNICAL REQUIREMENTS
PROCESS DESCRIPTION
REDUNDANCY REQUIREMENTS
WASTE QUANTITY AND
COMPOSITION
PERFORMANCE SPECIFICATIONS
PRODUCT SPECIFICATIONS
RESIDUAL DISPOSAL
Shredding, magnetic separation,
air classification to produce
shredded fuel and ferrous metals.
Not addressed in RFP.
80% - 90% of total waste generated;
500 - 600 tons per day.
Not addressed in RFP.
Specifications for fuel and
ferrous fractions; 90% of the
fuel particles must be less than
2 inches under the alternate Bid.
Under the Primary Bid, contractor
proposes specifications.
County disposes of processing
residuals after contractor loads
transfer vehicles.
19
20
MANAGEMENT SPECIFICATIONS
PROJECT SCHEDULE
Not addressed in RFP.
^Refers to page number in RFP (not included in this report),
-28-
-------
CONTRACTOR'S RESPONSIBILITIES
MARKETING RESPONSIBILITIES
Contractor designs, constructs,
operates and partially finances the
facility.
2 options:
A - Contractor provides markets
and receives revenues from
sale of products.
B - Lane County provides markets
and receives revenues.
10
ECONOMICS AND FINANCING
FINANCING ANTICIPATED
FEES AND PAYMENTS
REVENUE SHARING
County pays capital costs up to
$2 million; contractors pays
remainder.
See Contractual Conditions.
To be negotiated.
29
PROPOSAL REQUIREMENTS
BID BOND
PROPOSAL REQUIREMENTS
$50,000 - good for 150 days.
Proposals must include process
description, layout, schedule,
source of capital, personnel
qualifications and preliminary
operating plan.
34
35
PROPOSAL FORM
EVALUATION PROCESS
METHODOLOGY
CRITERIA
Recommendation made by Team to 31
Chief Administrator, subject to
approval of County Commissioners.
Proposals will be evaluated on 31
the basis of public cost, system
reliability, bidders qualifications,
energy balance, and other criteria.
CONTRACTUAL CONDITIONS
DURATION
10 years starting at scheduled
date of operation.
10
-29-
-------
OWNERSHIP
TONNAGE GUARANTEES
FEES AND PAYMENTS
PENALTIES
DISPOSAL RESPONSIBILITIES
LIQUIDATED DAMAGES
County owns land and facilities. 12
County will pay for minimum of 1500 28
tons per week, whether or not that
amount is delivered.
County will pay maximum of $2 million 26,28
for capital costs, withholding 5% until
completion. County will pay per ton
dump fee each ton processed.
Construction performance bond equal to 21
capital cost of facility. Operational
performance bond equal to 2 years
operating costs minus capital cost
furnished by contractor.
County disposes of processing residuals 20
after contractor loads transfer vehicles.
Not addressed in RFP.
For more information, contact:
Bruce Bailey, Director
Solid Waste Management Division
Environmental Management Department
135 East 6th Avenue
Eugene, Oregon 97401
(503) 687-4119
-30-
-------
COMMONWEALTH OF MASSACHUSETTS FOR THE GREATER LAWRENCE AREA
RFP SUMMARY
GENERAL PROGRAM DESCRIPTION
SUBJECT OF SOLICITATION
BID BRIEFING
PROPOSAL SCHEDULE
Design, construction and operation
of a resource recovery facility.
Yes.
3 months to prepare proposals.
2 months to evaluate proposals.
1 month for competitive contract
negotiations.
PAGE
1
7
7
TECHNICAL REQUIREMENTS
PROCESS DESCRIPTION
REDUNDANCY REQUIREMENTS
WASTE QUANTITY AND
COMPOSITION
PERFORMANCE SPECIFICATIONS
PRODUCT SPECIFICATIONS
RESIDUAL DISPOSAL
Process is Contractor's option.
No specific requirements. Proposals
featuring a redundant design will be
favored.
Either 310,000, 527,000 or 930,000
tons per year. Compostion of waste
indicated.
Not addressed in RFP.
Not addressed in RFP.
Contractor disposes of residuals.
He may use State landfill or supply
his own.
2
16
3,12
MANAGEMENT SPECIFICATIONS
PROJECT SCHEDULE
CONTRACTOR'S
RESPONSIBILITIES
MARKETING RESPONSIBILITIES
Not addressed in RFP.
Design, construct, partially finance
and operate resource recovery facility.
Contractor must develop markets and
negotiate contracts for sale of energy
and materials.
26
20
^Refers to page number in RFP (not included in this report),
-31-
-------
ECONOMICS AND FINANCING
PAGE
FINANCING ANTICIPATED
FEES AND PAYMENTS
REVENUE SHARING
Facility may be privately financed 25
or financed through industrial
revenue bonds.
Fixed price dump fees for municipalities 25
to be negotiated. Contractor pays fixed
price dump fee if he uses a state landfill.
Contractor proposes revenue sharing formula. 26
PROPOSAL REQUIREMENTS
BID BOND
PROPOSAL REQUIREMENTS
PROPOSAL FORM
$30,000; good for 180 days.
Bidder must have technical, cost and
environmental proposals.
6
36
45
EVALUATION PROCESS
METHODOLOGY
CRITERIA
2-stage screening process; second stage
is for competitive negotiation.
Applicants will be evaluated on their
technical reliability, management
qualifications, economics and environ-
mental impact.
55
56
CONTRACTUAL CONDITIONS
DURATION
OWNERSHIP
TONNAGE GUARANTEES
FEES AND PAYMENTS
20 years.
State owns site and will lease for
$12,500 per year.
Contractor must get fixed price contracts
with the communities guaranteeing a
munimum quantity.
See Economics and Financing.
2
28,31
-32-
-------
PENALTIES
DISPOSAL RESPONSIBILITIES
LIQUIDATED DAMAGES
Performance and labor and materials
bonds in amounts equal to total cost
of construction. Operation performance
bond to be negotiated.
Contractor disposes of residuals. May
use State landfill (also for emergencies)
or supply his own.
Liquidated damages to be negotiated for
failure to start full operation within
3 years from date of contract. Liquidated
damages for use of landfill for raw waste
for more than 6 consecutive days.
PAGE
33
16,17,33
APPENDICES
A- Maps
B- Market Description
C- Pertinent Regulations
D- Municipal Letter of Intent
For more information, contact:
Alden Cousins, Director
Bureau of Solid Waste Disposal
Department of Environmental
Management
100 Cambridge Street
Boston, Massachusetts 02202
(617) 727-4293
-33-
-------
METROPOLITAN SERVICE DISTRICT (PORTLAND, OREGON)
RFP SUMMARY
GENERAL PROGRAM DESCRIPTION
SUBJECT OF SOLICITATION
BID BRIEFING?
PROPOSAL SCHEDULE
Design, construction, activation, and
operation of a regional milling-transfer
system; 4 stations equipped to recover
ferrous metals and RDF.
Yes.
PAGE
1-1
3-2
1 month to prepare Bidders Prequalification 4-10
Form.
2 months to prepare proposals.
1 month to evaluate proposals.
TECHNICAL REQUIREMENTS
PROCESS DESCRIPTION
REDUNDANCY REQUIREMENTS
WASTE QUANTITY AND
COMPOSITION
PERFORMANCE SPECIFICATIONS
PRODUCT SPECIFICATIONS
Summary of design criteria indicating 5-12
required amount of recovered ferrous
and fuel.
Not addressed in RFP.
Referred to MSD Action Plan for quantity. 5-3,
Describes Composition. 5-9
Assumes minimum yield of 65% salable fuel 5-9,
with average of 5,000 Btu per pound; 5-11
ferrous yield of 95% input.
Ferrous metals:
Less than 2% nonferrous metal 6-7
contaminants.
90% unballed metal shards.
95% of input ferrous recovered.
Fuel fraction:
90%<4 inches.
Less than 0.5% metal contaminants.
Moisture content may fluctuate
±7% from average value.
90% of input combustibles recovered.
*Refers to page number in RFP (not included in this report).
-34-
-------
PAGE
RESIDUAL DISPOSAL
MSD responsible for providing and
operating landfills; contractor trans-
ports residue to landfill.
5-3
MANAGEMENT SPECIFICATIONS
PROJECT SCHEDULE
CONTRACTOR'S
RESPONSIBILITIES
MARKETING RESPONSIBILITIES
Responsible for design and construction,
startup, operation and marketing.
Contractor must provide RDF and ferrous
markets and seek new markets to reach
Oregon goal of 90% recovery by 1982.
4-11
3-8
3-12
ECONOMICS AND FINANCING
FINANCING ANTICIPATED
FEES AND PAYMENTS
REVENUE SHARING
MSD will finance through Oregon State
Pollution Bonds.
MSD will pay contractor a monthly fee
based on tonnage accepted.
3-1
3-11,4-3
Will share gross revenues between MSD 3-12
and contractor; percentage to be negotiated.
PROPOSAL REQUIREMENTS
BID BOND
BIDDER QUALIFICATIONS
PROPOSAL FORM
$50,000; good for 210 days.
Bidders must prequalify before submitting
proposal.
4-4
4-4
4-3
EVALUATION PROCESS
METHODOLOGY
CRITERIA
Value team will make recommendation to MSD.
Will evaluate proposers, in terms of
experience and technical, managerial,
financial and marketing capabilities; and
proposals, in terms of experience, system
flexibility, reliability, and costs.
3-6
3-5
-35-
-------
PAGE
CONTRACTUAL CONDITIONS
DURATION
OWNERSHIP
TONNAGE GUARANTEES
FEES AND PAYMENTS
PENALTIES
DISPOSAL RESPONSIBILITIES
LIQUIDATED DAMAGES
Operating contract starts with
acceptance of the first facility and
extends through June 30, 1990. Can
be extended through renegotiation.
Amendment 1,
fl-7d
MSD owns land, fixed site improvements; 3-8
Contractor owns operating equipment. Amendment 1,
MSD has option to purchase facility #l-7f
in 1990 (if contract not renewed)
at 5% of original value.
MSD guarantees specified tonnage per 5-9
week at each of 4 facilities: 3,000
tpw, 2,000 tpw, 2,500 tpw and 2,500 tpw.
MSD pays contractor monthly fee based 3-11,4-3
on tonnage accepted.
Construction bond equal to construction 3-9,
cost. Operation bond for $500,000. Amendment 2,
#2,11
MSD provides site and operation of
landfills; contractor transports
residue to landfill.
Not addressed in RFP.
5-3
APPENDICES
1 - Definition and Legal Authority of MSD
2 - Site Information
3 - Net Energy Analysis
4 - Secondary Materials Market Data
5 - Bidders Prequalification Application
For more information, contact:
Robert Schumacher, Chairman
Metropolitan Service District
527 SW Hall
Portland, Oregon 97201
(503) 222-3671
-36-
-------
MILWAUKEE
RFP SUMMARY
GENERAL PROGRAM DESCRIPTION
SUBJECT OF SOLICITATION
BID BRIEFING
PROPOSAL SCHEDULE
10 year contract for 3 transfer
stations capable of handling 600
tons per day; recycling 90% of
white goods from date contract
was signed, and additional re-
cycling within 12 months.
Yes.
PAGE*
A-3
A-4
A-59
TECHNICAL REQUIREMENTS
PROCESS DESCRIPTION
REDUNDANCY REQUIREMENTS
WASTE QUANTITY AND
COMPOSITION
PERFORMANCE SPECIFICATIONS
PRODUCT SPECIFICATIONS
RESIDUAL DISPOSAL
Not addressed in RFP.
Not addressed in RFP.
Estimated total quantity during
first year of contract is 315,000
tons from the City. Commercial
haulers and other municipalities
may add another 180,000 tons per
year.
Not addressed in RFP.
Not addressed in RFP.
Contractor provides landfill site
for solid waste and residuals.
A-43,
A-55
A-46
MANAGEMENT SPECIFICATIONS
PROJECT SCHEDULE
CONTRACTOR'S RESPONSIBILITIES Construct and operate 3 transfer
stations capable of handling 600
tpd each within one year after
start-up and 2,000 tpd within
two years. Contractor provides
emergency landfill site.
*Refers to page number in RFP (not included in this report).
A-59
A-41
-37-
-------
PAGE
MARKETING RESPONSIBILITIES
Contractor must market all
recovered materials.
A-ll
ECONOMICS AND FINANCING
FINANCING ANTICIPATED
FEES AND PAYMENTS
REVENUE SHARING
Not addressed in RFP.
See Contractual Conditions.
City receives minimum of 10%
of net profit before income
taxes from sale of products.
Percentage is subject to ne-
gotiation.
A-43
PROPOSAL REQUIREMENTS
BID BOND
PROPOSAL FORM
$50,000 - good for 150 days.
A-5
A-12
EVALUATION PROCESS
METHODOLOGY
CRITERIA
Not addressed in RFP.
Not addressed in RFP.
CONTRACTUAL CONDITIONS
DURATION
OWNERSHIP
TONNAGE GUARANTEES
Contractor may select the term
of contract, not less than ten
years.
City owns waste until delivered
to Contractor. City will own
sites and lease to Contractor
for $1 for length of life of
site under the contract.
Guarantees minimum of 250,000
tpy for the first five years
and 300,000 tpy for the next
five years.
A-6
A-37,
A-40
A-43,
A-53,
A-55
-38-
-------
FEES AND PAYMENTS
PENALTIES
DISPOSAL RESPONSIBILITIES
LIQUIDATED DAMAGES
RIGHT OF TERMINATION
City will pay per ton fee to Contractor
on a monthly basis.
$2 million performance bond.
Contractor provides emergency
landfill site for solid waste and
residuals.
City retains rights to damages for
Contractor's inability to perform
except under an act of God, state of
war or condition beyond Contractor's
control.
City may terminate if Contractor
goes bankrupt, for unnecessary delay,
failure to comply with terms of the
contract; or City may operate facility
if conditions for termination exist.
PAGE
A-39
A-7
A-41,
A-46
A-36
A-34,
35
For more information, contact:
Donald Roethig
Deputy Commissioner of
Public Works
Room 516, Municipal Building
Milwaukee, Wisconsin 53202
(414) 278-3302
-3,9-
-------
MILWAUKEE AND AMERICAN CAN CO.
CONTRACT SUMMARY
SYSTEM SUMMARY
RECOVERY FACILITY
PROCESSING CAPACITY
EQUIPMENT REDUNDANCY
RECOVERY FACILITY
INVESTMENT
FACILITY OWNER
FINANCING MECHANISM
Dry mechanical processing with hand
picking of paper and classification
and separation to produce solid fuel,
ferrous metals, glassy aggregate and
aluminum.
1200 tons per day.
Two-600 tpd processing lines.
Not addressed in Contract.
American Can Company sites provided
by City remain in their ownership;
leased to Contractor for $1 per
year. City has option to buy at
market value during 1982-1986.
Contractor has sole responsibility
for financing.
PAGE*
D-37
D-37
D-37
D-30
D-6
D-35
WASTE STREAM
CONTRACT BETWEEN
CONTRACT DURATION
MINIMUM TONNAGE
DUMP FEE
Milwaukee and American Can Co.
16 years. Contractor must accept
waste one year before estimated date
for start of recovery operations.
City guarantees 250,000 tpy for the
first five years.
Fixed, subject to escalation based
on Consumer Price Index plus $1.50
for additional expense to contractor
for financing.
D-41
D-41
D-27
D-48
*Refers to page number in Contract (not included in this report).
-40-
-------
PAGE
OPTIONAL DISPOSAL
Contractor provides landfill site
at lower dump fee.
D-44
D-48
FACILITY CONSTRUCTION
CONTRACT BETWEEN
COMPETITIVE BID?
DELAY PENALTY?
PERFORMANCE PENALTY?
Milwaukee and American Can Co.
No.
Yes. From $100 - $500 per day
until remedied.
Yes. Same as above, or forfeit
performance bond.
D-8
D-21
D-21
FACILITY OPERATIONS
CONTRACT BETWEEN
DURATION
REVENUE TO OPERATOR
PROFIT LIMITATION?
REVENUES SHARED?
BACK-UP DISPOSAL
RESPONSIBILITY
LIQUIDATED DAMAGES?
Milwaukee and American Can Co.
15 years after date processing
units begin to operate.
Dump fee, part of receipts from
sale of fuel and materials, and
property tax reimbursement.
No.
Yes. City receives credit for up
to 50% of market price on each ton
of fuel, ferrous, aluminum and
glass sold.
Contractor provides landfill site.
Yes. From $100 - $500 per day
until remedied.
D-4
D-27
D-36
D-28
D-50-
53
D-44
D-21
PURCHASE OF OUTPUT
CONTRACT BETWEEN
DURATION
BASIS FOR PRICE
American Can Co. and Wisconsin
Electric Power Company for fuel.
Not addressed in Contract.
Not addressed in Contract.
D-7
-41-
-------
PAGE
REVENUE OFFSET Contractor bears all costs incidental °-33
to product marketing.
DISPOSAL OF RESIDUALS
CONTRACT BETWEEN Milwaukee and American Can Co.
DURATION 15 years. D~44
DISPOSAL COST Absorbed as an operating cost D'44
by contractor.
For more information, contact:
Donald Roethig
Deputy Commissioner of
Public Works
Room 516, Municipal
Building
Milwaukee, Wise. 53202
(414) 278-3302
Lucian Bielicki
Vice President, Americology
American Can Company
American Lane
Greenwich, Connecticut 06830
(203) 552-2111
-42-
-------
GENERAL PROGRAM DESCRIPTION
SUBJECT OF SOLICITATION
BID BRIEFING
PROPOSAL SCHEDULE
MONROE COUNTY, N.Y.
RFP SUMMARY
Management consultant services for
3-phase resource recovery program:
Phase I - design and supervise
construction; Phase II - Start up;
Phase III - long term O&M and marketing.
Not addressed in RFP.
2 months to prepare RFP's.
2 months to evaluate RFP's.
2 months to negotiate contract.
1-9
TECHNICAL REQUIREMENTS
PROCESS DESCRIPTION
REDUNDANCY REQUIREMENTS
WASTE QUANTITY AND
COMPOSITION
PERFORMANCE SPECIFICATIONS
PRODUCT SPECIFICATIONS
RESIDUAL DISPOSAL
System must produce shredded fuel,
ferrous and nonferrous metals, in-
organic fill and organic residuals
for landfill.
No single point of failure shall
prevent the plant from functioning.
Must be capable of operating 50
weeks/year.
All wastes (as defined) except
hazardous wastes will be acceptable
at the facility, although primarily
municipal (residential) waste.
Essential equipment must be able to
handle 100% overloads for 2 min.
without failure. All equipment must
be able to operate 16 hrs. continuously.
Must be able to process 2,000 tons per
day.
Defines required quality of ferrous and
nonferrous metals, aluminum, fuel fraction
and clean mixed paper.
Contractor has title to refuse and
is responsible for shipping products
to markets and residuals to County
landfills. Contractor will pay
tipping fee at landfills.
3-1
3-19
3-4
3-28
3-7
2-11
*Refers to page number in RFP (not included in this report).
-43-
-------
MANAGEMENT SPECIFICATIONS
PROJECT SCHEDULE
CONTRACTOR'S RESPONSIBILITIES
MARKETING RESPONSIBILITIES
Design; prepare bid documents for
construction; supervise construction;
provide and train personnel for
start-up; provide continuing services
for long-term operation.
Encourages recovery and marketing
of more products.
PAGE
2-12
2-1
2-11
ECONOMICS AND FINANCING
FINANCING ANTICIPATED
REVENUE SHARING
Financed by Monroe County; possible
portion of funding from N.Y. DEC.
Not addressed in RFP.
1-6
PROPOSAL REQUIREMENTS
BID BOND
PROPOSAL CONTENT
PROPOSAL FORM
EVALUATION PROCESS
METHODOLOGY
CRITERIA
Must equal 5% of fixed fee for Phase I; 5-8
valid for 120 days.
Must include executive summary,
technical assessment, project cost
estimates, management plan, quali-
fications and experience.
20% for management qualifications,
technical assessment, and each of
the three phases.
5-1
Annual project cost summary estimate. 5-5
Evaluation team will use the Decision 6-2
Analysis by Ratio Evaluation technique.
6-1
-44-
-------
CONTRACTUAL CONDITIONS
DURATION
OWNERSHIP
TONNAGE GUARANTEES
FEES AND PAYMENTS
PENALTIES
DISPOSAL RESPONSIBILITIES
LIQUIDATED DAMAGES
Phase III - minimum of 5 years.
County will own all design documents
and physical facilities during Phases
I and II; will consider leasing
arrangement during Phase III.
Not addressed in RFP.
Phase I - negotiated fixed fee related 4-4
to capital cost; Phase II - County pays
costs plus fee; Phase III - County
pays tonnage fee for each ton accepted
at facility; contractor pays dump fee
for residual disposal.
Performance bond equal to estimate 4-2
of Phase I fee; bonds for Phases II and
III will be negotiated later.
Contractor transports residues and products
to their final destinations. Contractor
pays dump fee at County - owned landfills.
Not addressed in RFP.
2-11
For more information, contact:
Harold Christensen
Director of Solid Waste
Department of Public Works
200 County Office Building
Rochester, New York 14614
(716) 461-3160
-45-
-------
MONROE COUNTY, N.Y. AND RAYTHEON SERVICE COMPANY
CONTRACT SUMMARY
SYSTEM SUMMARY
RECOVERY FACILITY
PROCESSING CAPACITY
EQUIPMENT REDUNDANCY
RECOVERY FACILITY
INVESTMENT
Industrial and municipal operating
lines. Dry mechanical processing
with shredding, classification and
separation to produce solid fuel,
ferrous and nonferrous metals, and
glass.
2,000 tons per operating day.
2 parallel municipal lines.
Not addressed in Contract.
PAGE'
14
14
14
FACILITY OWNER
FINANCING MECHANISM
Monroe County.
Not addressed in Contract.
66
WASTE STREAM
CONTRACT BETWEEN
CONTRACT DURATION
MINIMUM TONNAGE
DUMP FEE
FACILITY CONSTRUCTION
CONTRACT BETWEEN
COMPETITIVE BID
DELAY PENALTY
Not addressed in Contract.
Not addressed in Contract.
To be negotiated with penalty for
delivery default.
To be negotiated; either fixed, fixed
with incentive, or cost plus incentive
for varying levels of solid waste
delivered to the facility.
Monroe County and third party construction
contractor.
Yes.
Not addressed in Contract.
33
38
8
8
*Refers to page number in Contract (not included in this report).
-46-
-------
PAGE
PERFORMANCE PENALTY?
Yes. Raytheon responsible for total cost
of replacement or modification of equip-
ment which exceeds negotiated amount in
contingency fund for Phase II activities.
However, Raytheon is not liable for
contractor's failure to perform construction
work in accordance with contract documents.
33
FACILITY OPERATIONS
CONTRACT BETWEEN
DURATION
REVENUE TO OPERATOR
FORCE MAJEURE
REVENUES SHARED?
BACK-UP DISPOSAL
RESPONSIBILITY
LIQUIDATED DAMAGES?
PURCHASE OF OUTPUT
CONTRACT BETWEEN
DURATION
BASIS FOR PRICE
REVENUE OFFSET
Monroe County and Raytheon.
5 years. 38
Phase II (start up) County pays all direct
costs plus fixed fee; Phase III payments
to be negotiated.
After 48 hours of nonoperation because 77
of force majeure, County may operate to
shred and landfill solid waste. County
pays for any damages to facility during
their operation, but doesn't pay a dump
fee.
To be negotiated. 40
Not addressed in Contract.
If Raytheon fails to satisfy any pru 3ion 71
of the agreement, they shall be liable to
County for actual damages; breach of
agreement not constituting default still
entitles County to damages.
Raytheon and purchasers. 20
To be negotiated.
To be negotiated.
Raytheon transports materials to markets. 37
-47-
-------
PAGE
DISPOSAL OF RESIDUALS
CONTRACT BETWEEN Raytheon and Monroe County.
DURATION 5 years.
DISPOSAL COST Raytheon transports residuals to 37
County owned landfill and pays dump
fee.
For more information, contact:
Harold Christensen
Director of Solid Waste
Department of Public Works
200 County Office Building
Rochester, New York 14614
(716) 461-3160
David Spencer
Raytheon Service Company
12 Second Avenue
Burlington, Massachusetts 01803
(617) 272-9300
X-469
-48-
-------
NEWARK, NEW JERSEY
RFP SUMMARY
GENERAL PROGRAM DESCRIPTION
SUBJECT OF SOLICITATION
BID BRIEFING?
PROPOSAL SCHEDULE
Disposal of 700 tons per day of
municipal solid waste with either
a 5-year or 20-year full service
contract and/or disposal of demolition
wastes.
Yes.
Not addressed in RFP.
PAGE*
1
TECHNICAL REQUIREMENTS
PROCESS DESCRIPTION
REDUNDANCY REQUIREMENTS
WASTE QUANTITY AND
COMPOSITION
PERFORMANCE SPECIFICATIONS
PRODUCT SPECIFICATIONS
RESIDUAL DISPOSAL
Bidder's option.
Not addressed in RFP.
Initially 700 tpd with capability
to expand to 3000 tpd.
Not addressed in RFP.
Not addressed in RFP.
Not addressed in RFP.
MANAGEMENT SPECIFICATIONS
PROJECT SCHEDULE
CONTRACTOR'S
RESPONSIBILITIES
MARKETING
RESPONSIBILITIES
Not addressed in RFP.
Land acquisition, financing, ownership,
operation of facility.
Not addressed in RFP.
ECONOMICS AND FINANCING
FINANCING ANTICIPATED
FEES AND PAYMENTS
Contractor's responsibility
City pays per ton dump fee subject to
escalation formula used by Consumer
Price Index.
1
3
*Refers to page number in RFP (not included in this report).
-49-
-------
PAGE
REVENUE SHARING
PROPOSAL REQUIREMENTS
BID BOND
PROPOSAL REQUIREMENTS
PROPOSAL FORM
Not addressed in RFP.
Bid bond must equal 10% of one
year's guaranteed maximum tipping
fee, not exceed $20,000.
Proposals must include a description
of the disposal solution, a guaranteed
maximum tipping fee for both the 5 and
20 year options.
EVALUATION PROCESS
METHODOLOGY
CRITERIA
CONTRACTUAL CONDITIONS
DURATION
OWNERSHIP
TONNAGE GUARANTEES
FEES AND PAYMENTS
PENALTIES
DISPOSAL
RESPONSIBILITIES
LIQUIDATED DAMAGES
APPENDICES
Not addressed in RFP.
Not addressed in RFP.
5 or 20 years.
Contractor.
Not addressed in RFP.
City pays per ton dump fee subject
to escalation based on formula used
by Consumer Price Index.
Performance bond equal to one year's
disposal fees.
Not addressed in RFP.
Not addressed in RFP.
Affirmative Action Program
Sample Union Statement
7
22
-50-
-------
For more information, contact:
Alvin Zach
Director of Engineering
Newark Department of Engineering
City Hall, Room 414
920 Broad Street
Newark, New Jersey 17102
(201) 733-8521
-51-
-------
SEATTLE, WASHINGTON
RFP SUMMARY
GENERAL PROGRAM DESCRIPTION
SUBJECT OF SOLICITATION
BID BRIEFING
PROPOSAL SCHEDULE
TECHNICAL REQUIREMENTS
PROCESS DESCRIPTION
REDUNDANCY REQUIREMENTS
WASTE QUANTITY AND
COMPOSITION
PERFORMANCE SPECIFICATIONS
PRODUCT SPECIFICATIONS
RESIDUAL DISPOSAL
MANAGEMENT SPECIFICATIONS
PRODUCT SCHEDULE
CONTRACTOR'S
RESPONSIBILITIES
Project participation or long-term
product purchase for conversion of
waste to methanol or ammonia.
Individual briefings.
2 months to prepare proposals.
1 month for evaluation.
1 month for negotiation.
Grinding, magnetic separation,
pyrolysis, additional processing
to produce methanol or ammonia.
Not addressed in RFP.
Not addressed in RFP.
Not addressed in RFP.
Not addressed in RFP.
Not addressed in RFP.
PERT Chart.
Varies with each option.
MARKETING RESPONSIBILITIES Varies with each option.
PAGE*
28
28
ECONOMICS AND FINANCING
FINANCING ANTICIPATED
Revenue bonds.
29
11-14
11-14
26
*Refers to page number in RFP (not included in this report).
-52-
-------
FEES AND PAYMENTS
REVENUE SHARING
Varies with each option .
Bidder proposes formula.
PAGE
25
25
PROPOSAL REQUIREMENTS
BID BOND
PROPOSAL REQUIREMENTS
PROPOSAL FORM
Hot addressed in RFP.
Suggested that bidders describe the
option (A-E) they are bidding; final
chemical product; ownership, financing
and operating arrangements; contractual
conditions and qualifications.
Not addressed in RFP.
30
EVALUATION PROCESS
METHODOLOGY
CRITERIA
Not addressed in RFP.
Specific criteria to be developed
later.
32
CONTRACTUAL CONDITIONS
DURATION
OWNERSHIP
TONNAGE GUARANTEES
DUMP FEE
PENALTIES
DISPOSAL RESPONSIBILITIES
LIQUIDATED DAMAGES
Suggest 15-year contract for product
purchase.
5 ownership, operating, marketing
alternatives. Bidder may address
any option.
A - Industry owns, operates, markets
(full-service)
B - City owns to pyrolysis system;
industry owns remainder; each
operates; industry markets
C - City owns; industry operates,
markets
D - City owns, operates; industry
markets
E - Other alternatives
Not addressed in RFP.
Not addressed in RFP.
Not addressed in RFP.
Not addressed in RFP.
Not addressed in RFP.
27
11
-53-
-------
For more information, contact:
Catherine Shreve
Acting Project Director
Solid Waste to Amonia Project
Seattle Municipal Building
Seattle, Washington 98104
(206) 625-2551
«U.S. GOVERNMENT PRINTING OFFICE: 1976 241-037/3 1-3
-54-
------- |