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-

-------