INTERIM MRF EQUIPMENT RFP FINAL PACKAGE

expired opportunity(Expired)
From: County of Onslow(County)
487-INTERIMMRFEQUIPMENT

Basic Details

started - 15 Aug, 2022 (20 months ago)

Start Date

15 Aug, 2022 (20 months ago)
due - 01 Nov, 2022 (18 months ago)

Due Date

01 Nov, 2022 (18 months ago)
Bid Notification

Type

Bid Notification
487-INTERIMMRFEQUIPMENT

Identifier

487-INTERIMMRFEQUIPMENT
County of Onslow

Customer / Agency

County of Onslow
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

REQUEST FOR PROPOSALS INTERIM MRF RECYCLING PROCESSING EQUIPMENT MECKLENBURG COUNTY NORTH CAROLINA AUGUST 15, _ 2022 REQUEST FOR PROPOSALS INTERIM MRF RECYCLING PROCESSING EQUIPMENT AUGUST 15, 2022 Dear Service Provider: Mecklenburg County, North Carolina, is now accepting Proposals for recycling processing equipment for an interim MRF for residential recycling. The goal of this procurement is to provide a system to process or prepare for transportation the single stream recyclables normally received and processed at the Metrolina MRF processing facility. This interim processing system will be operational during the downtime associated with the Metrolina MRF retrofit (RFP issued May 22, 2022). Please note, this RFP is not associated with the Metrolina MRF retrofit RFP. Submissions for that proposal are not linked to this solicitation. Alternative uses by the County for this described interim system after the Metrolina MRF retrofit system is operational is encouraged to be described by
the respondents. The County seeks Proposals from potential Service Providers for equipment and component systems to operate a two-step recycling process where large OCC and fines are removed first, and the balance of material is either baled together or conveyed to the second-step of the processing system for the recovery of fiber and containers. The County may select multiple Service Providers for this Project. The County plans to construct two clearspan buildings that will cover and enclose a tipping floor and recycling process equipment and operations. This Request For Proposal (RFP) process will lead to the selection of a Service Provider who will supply, install, and performance test the equipment and component systems. This RFP is NOT to construct the buildings, equipment foundations, or operate the Interim MRF. Mecklenburg County, through the Business Diversity & Inclusion Program (BDI), is committed to providing minorities, women, and small businesses equal opportunity to participate in goods and services contracts. As such, Service Providers are strongly encouraged to seek subcontractors and make a good faith effort to include certified Minority-owned or Women-owned Business Enterprises (MWBE). Goals for MWBE participation will be 5% MBE and 4% WBE. A Pre-Proposal Conference for the purpose of reviewing the RFP and answering questions regarding the Services will be held on September 13, 2022, at 10:30 a.m., at the Mecklenburg County Solid Waste Division office, on the 4th floor, at 2145 Suttle Ave, Charlotte, North Carolina 28208. All Service Providers should return a completed Request For Proposals Acknowledgement Form (see Section 7, Form 1 of the RFP) by September 2, 2022. All Proposals are due to Mecklenburg County LUESA at 2145 Suttle Ave, Charlotte, North Carolina 28208, no later than November 1, 2022, at 2:00 p.m. Email one electronic copy of the Proposal in Adobe PDF (file size must be less than 25MB) to the following email address: SolidWasteProjects@mecknc.gov. and submit one bound original Proposal signed in ink by a Company official authorized to make a legal and binding offer along with the corporate seal must be submitted in a sealed box or opaque envelope plainly marked with the Proposal number and service description as follows: Request for Proposals: INTERIM MRF RECYCLING PROCESS EQUIPMENT Attention: MECKLENBURG COUNTY SOLID WASTE c/o Martin Sanford Name of Company Submitting Proposal RFP questions must be directed to SolidWasteProjects@MecklenburgCountyNC.gov, per the enclosed instructions in Section 2.3. The County is an equal opportunity purchaser. Sincerely, Martin Sanford, P.E. Construction Project Manager cc: Joe Hack, LUESA Jeffrey Smithberger, LUESA mailto:SolidWasteProjects@MecklenburgCountyNC.gov Section 1 Introduction and General Information INTERIM MRF RECYCLING PROCESSING EQUIPMENT AUGUST 2022 i TABLE OF CONTENTS 1. INTRODUCTION. .................................................................................................... 1 1.1. OBJECTIVE....................................................................................................................................... 1 1.2. DEFINITIONS ................................................................................................................................... 1 1.3. ACCURACY OF RFP AND RELATED DOCUMENTS ............................................................... 6 1.4. COUNTY’S RIGHTS AND OPTIONS ............................................................................................ 6 1.5. EXPENSE OF SUBMITTAL PREPARATION ................................................................................ 7 1.6. PROPOSAL CONDITIONS .............................................................................................................. 7 1.6.1 RFP Not an Offer ........................................................................................ 7 1.6.2 Right to Terminate Discussions ................................................................... 7 1.6.3 Requirement for Representation as to Accuracy and Completeness of Proposal ...................................................................................................... 7 1.6.4 Trade Secrets/Confidentiality ...................................................................... 7 1.6.5 Prohibited Discrimination.................................................................8 1.6.6 Statutory Requirements ............................................................................. 9 1.6.7 Reservation of Right to Change Schedule ................................................. 9 1.6.8 Reservation of Right to Amend RFP.......................................................... 9 1.6.9 Additional Evidence of Ability................................................................... 9 1.6.10 No Collusion or Conflict of Interest. ......................................................... 9 1.6.11 Proposal Terms Firm and Irreversible. .................................................... 9 1.6.12 Proposal Binding for 120 Days ................................................................. 9 1.6.13 Subcontracting ........................................................................................... 10 1.6.14 Equal Opportunity ..................................................................................... 10 1.6.15 Use of County’s Name. .............................................................................. 10 1.6.16 Withdrawal for Modification of Proposals ............................................... 10 1.6.17 No Bribery. ................................................................................................ 10 1.6.18 Exceptions to the RFP ............................................................................... 10 1.6.19 Fair Trade Certifications .......................................................................... 11 1.6.20 Clarification of Ambiguities ...................................................................... 11 1.6.21 Service Provider’s Obligation to Fully Inform Themselves ...................... 11 1.6.22 Environmentally Preferable Purchasing. .................................................. 11 1.6.23 Disclaimer ................................................................................................. 12 1.7 PROPOSAL SUBMISSION REQUIREMENTS............................................................................. 12 2 PROCUREMENT PROCESS ................................................................................ 13 2.1 SCHEDULE AND PROCESS ......................................................................................................... 13 2.2 INTENT TO PROPOSE ................................................................................................................... 14 2.3 INTERPRETATIONS AND ADDENDA ........................................................................................ 14 2.4 PRE-PROPOSAL CONFERENCE ................................................................................................. 14 2.5 SUBMISSION OF PROPOSALS .................................................................................................... 15 2.6 CORRECTION OF ERRORS .......................................................................................................... 15 2.7 EVALUATION ................................................................................................................................ 15 2.8 CONTRACT AWARD BY MECKLENBURG COUNTY BOARD OF COMMISSIONERS..... 15 Section 1 Introduction and General Information INTERIM MRF RECYCLING PROCESSING EQUIPMENT AUGUST 2022 ii 3 SCOPE OF RECYCLING PROCESSING EQUIPMENT ..................................16 4 PROPOSAL FORMAT ...........................................................................................29 4.1 PROPOSAL CONTENT .................................................................................................................. 29 4.1.1 Cover Letter ...............................................................................................29 4.1.2 Background and Experience .......................................................................30 4.1.3 Proposed Solution ......................................................................................30 4.1.4 Required Forms .......................................................................................... 31 4.1.5 Exceptions to the RFP ................................................................................31 5 SERVICE PROVIDER’S BACKGROUND AND EXPERIENCE .....................32 5.1 OFFICIAL NAME ........................................................................................................................... 32 5.2 SERVICE PROVIDER BACKGROUND ....................................................................................... 32 5.3 PROPOSING ORGANIZATION’S STRUCTURE ............................................................................. 32 5.4 PROPOSED PROJECT TEAM ....................................................................................................... 32 5.5 PAST OR PENDING JUDGMENTS .............................................................................................. 33 5.6 MANAGEMENT APPROACH ...................................................................................................... 33 5.7 PERSONNEL MANAGEMENT ..................................................................................................... 33 5.8 REFERENCES ................................................................................................................................. 34 6 PROPOSAL EVALUATION CRITERIA. ............................................................35 6.1 QUALIFICATIONS, EXPERIENCE AND APPROACH ............................................................... 35 6.2 COST EFFECTIVENESS AND VALUE ....................................................................................... 36 6.3 ACCEPTANCE OF THE TERMS OF THE CONTRACT ............................................................. 37 7 REQUIRED PROPOSAL FORMS REQUIRED FORM 1 - REQUEST FOR PROPOSALS ACKNOWLEDGEMENT ........................................................................................................................................... 38 REQUIRED FORM 2 - ADDENDA RECEIPT CONFIRMATION ...........................39 REQUIRED FORM 3 - PROPOSAL SUBMISSION FORM ......................................40 REQUIRED FORM 4 - PRICING WORKSHEET .......................................................41 REQUIRED FORM 5 – MWBE FORM E......................................................44 EXHIBITS: EXHIBIT A – SAMPLE COUNTY CONTRACT ........................................................51 Section 1 Introduction and General Information INTERIM MRF RECYCLING PROCESSING EQUIPMENT AUGUST 2022 1 1. INTRODUCTION. 1.1. Objective. The objective of this RFP is to solicit Proposals that will enable the County to determine which Service Provider and Proposed Solution will best meet the County’s needs. 1.2. Definitions. As used in this RFP, the following terms shall have the meanings set forth below: Acceptance: Refers to receipt and approval by the County of a Product or Service in accordance with the Acceptance process and criteria set forth in the Agreement. Affiliates: Refers to all departments or units of the County and all other governmental units, towns, boards, committees or municipalities for which the County processes data or performs Services that involve the System. Agreement: Refers to a contract executed by the County and Service Provider for all or part of the Services covered by this RFP. County: Refers to Mecklenburg County, North Carolina. County Project Manager: Refers to a specified County employee representing the best interests of the County for this Project. Company: Refers to a Service Provider that has been selected by the County to provide the Services required by this RFP. Company Project Manager: Refers to a specified Company employee representing the best interests of the Company for this Project. Company Software: Refers to mean all pre-existing software owned by the Service Provider or any of its “Related Entities” which the Service Provider provides or is required to provide under this RFP, and all Updates and Enhancements to the foregoing. The term "Related Entity" shall mean any person or entity that is directly or indirectly in control of, controlled by, or under common control with the Service Provider, including but not limited to, parent, subsidiary, and affiliate entities. The word, "control," as used in this context, shall mean ownership of a sufficient percentage (not necessarily a majority) of the outstanding voting interests in an entity so as to afford effective control of the management of the entity. Contamination Materials that are included by generators with Recyclable Waste that are not accepted in the County’s recycling program. Section 1 Introduction and General Information INTERIM MRF RECYCLING PROCESSING EQUIPMENT AUGUST 2022 2 Current Release: Refers to the latest version of the Software offered for general commercial distribution at a given point in time, including all Updates. Customizations: Refers to all newly developed Software or equipment created by the Service Provider and/or its subcontractors pursuant to this RFP, including but not limited to all interfaces between different components of the System and between the System and other Systems. Customizations will not include Updates and Enhancements that become part of the Company Software. Day Period starting 12:01 AM and ending the following 12:00 AM. Defect: Refers to any failure of the System or any component thereof to fully conform to the Specifications and Requirements. A non-conformity is not a Defect if it results directly from the County’s improper use or damage, unless it is reasonably likely that such non- conformity would have occurred on that or another occasion even without the County’s improper use or damage. Deliverables: Refers to all Hardware and associated systems, materials, tasks, reports, information, designs, plans and other items, which the Company is required to complete and deliver to the County in connection with this RFP or Agreement resulting from this RFP. Documentation: Refers to all written, electronic, or recorded works, that describe the use, functions, features, or purpose of the System or any component thereof, and which are published or provided to the County by the Company or its subcontractors, including without limitation all end user manuals, training manuals, guides, program listings, data models, flow charts, logic diagrams, and other materials related to or for use with the System. Enhancements: Refers to any Products, parts of Products, improvements, additions or materials which are not included in the Products at the time of execution of an Agreement or that are subsequently developed, which modify the Products to provide a function or feature not originally offered or an improvement in function. Environmentally Preferable Products: Refers to products that have a lesser or reduced effect on human health and the environment when compared with competing Products that serve the same purpose. This comparison may consider raw materials acquisition, Production, manufacturing, packaging, Section 1 Introduction and General Information INTERIM MRF RECYCLING PROCESSING EQUIPMENT AUGUST 2022 3 distribution, reuse, operation, maintenance, or disposal of the Product. Evaluation Committee: Refers to a committee, as appointed by the County, responsible for determining the best Service Provider for the Services described in this RFP. Hardware: Refers to all Hardware, equipment and materials which the Company actually provides or is required to provide under the terms of this RFP (whether now or in the future). Interim MRF: Refers to the facility whereby Mecklenburg County plans to process recyclables during the time-period where the main MRF is undergoing retrofit activities. Physical location of the Interim MRF will be on County owned land near the Hickory Grove Full-Service Center on Pence Road, Charlotte. Liquidated Damages Refers to charges by Mecklenburg County to the Contractor for failure to complete work in the time specified. Charges assessed will reflect the expected costs to be incurred by Mecklenburg County because of delays. LUESA: Refers to Land Use and Environmental Services Agency of Mecklenburg County, North Carolina. Maintenance Services: Refers to the Maintenance or Maintenance Services described in Section 3. Milestones: Refers to the benchmarks of performance (consisting of an identified deadline for the completion of specific Services and/or the Acceptance of identified Deliverables), as specified in this RFP. MRF: Refers to Material Recovery Facility on Amble Drive, Charlotte, NC. Post-Consumer Recycled Waste: Refers to material and by-Products which have served their intended end-use by a consumer and have been recovered or diverted from solid waste. It does not include those materials and by-Products generated from, and commonly reused within, an original manufacturing process. Project: Refers to the procurement process to choose a Service Provider to perform INTERIM MRF RECYCLING PROCESSING EQUIPMENT for the County. Project Plan: Refers to the detailed plan for implementation of the System as described in Section 3, in the form accepted in writing by the County in accordance with the terms of this RFP and resultant Agreement. Section 1 Introduction and General Information INTERIM MRF RECYCLING PROCESSING EQUIPMENT AUGUST 2022 4 Product Mix: Refers to the average composition of Single Stream (SS) as identified in Section 3. Proposal: Refers to the Proposal submitted by a Service Provider for the Services as outlined in this RFP. Punch List: Refers to a document prepared during key milestones listing repairs and finish work to be completed prior to final payment. Recyclability: Refers to Products or materials that can be collected, separated or otherwise recovered from the solid waste stream for reuse or use in the manufacture or assembly of another package or Product, through an established recycling program. For Products that are made of both recyclable and non-recyclable components, the recyclable claim should be adequately qualified to avoid consumer deception about which portions or components are recyclable. Recyclable Waste: Refers to material and by-products which have been recovered or diverted from solid waste for the purpose of recycling. It does not include those materials and by- products generated from, and commonly reused within, an original manufacturing process. Residential Fiber This refers to the separate stream of newspaper, corrugated and other recyclable fiber that is currently being collected and delivered to the MRF Residue: Refers to the mixture of Contamination and unrecovered Recyclable Waste that is produced by the System for disposal. Services: Refers to RECYCLING PROCESSING EQUIPMENT for INTERIM MRF as requested in this RFP. Service Provider: Refers to a Company that has interest in providing the Services required by this RFP. Single Stream (SS): Recyclable Waste material, including Contamination, delivered to the MRF where fiber recyclables (e.g., newspaper and other paper Products) and containers (e.g., acceptable bottles, cans, etc.) are delivered in an unseparated state. Software: Refers to (i) all Company Software; (ii) all Customizations; (iii) all Third-Party Software; and (iv) all Updates and Enhancements of any of the foregoing. Source Code: Refers to the human readable form of a computer program and all algorithms, flow charts, logic Section 1 Introduction and General Information INTERIM MRF RECYCLING PROCESSING EQUIPMENT AUGUST 2022 5 diagrams, structure descriptions or diagrams, data format or layout descriptions, pseudo-code, code listings (including comments), and other technical Documentation relating to such program. Specifications and Requirements: Refers to all definitions, descriptions, requirements, criteria, warranties, and performance standards relating to the Products or System which are set forth or referenced in: (i) this RFP; (ii) the Documentation; and (iii) any functional and/or technical specifications which are published or provided by the Company or its licensors or suppliers from time to time with respect to all or any part of the Products or the System. System: Refers to equipment design, equipment configuration and layout to allow to receive and process SS at stated Product Mix, capacities and end products as defined in this RFP by the Service Provider. System Acceptance: The term “System Acceptance” shall mean Acceptance by the County of the complete System to be provided. Third Party Software: Refers to all Software included within the System or required for the System to function in full compliance with the Specifications and Requirements that is provided by the Service Provider as a result of this RFP and was not manufactured, developed or otherwise created by the Service Provider, any Related Entity of the Service Provider, or any of the Service Provider’s subcontractors. The phrase "Related Entity" shall mean any person or entity that is directly or indirectly in control of, controlled by, or under common control with the Service Provider, including but not limited to any parent, subsidiary, and affiliate entities. The word, "control," as used in this context, shall mean ownership of a sufficient percentage (not necessarily a majority) of the outstanding voting interests in an entity so as to afford effective control of the management of the entity. Updates: Refers to program logic changes made by Service Provider or its subcontractors or vendors to correct Defects in the Products and/or related Documentation delivered hereunder. Warranty Period: Refers to the period following System Acceptance. Workaround: Refers to a reasonable change in the procedures followed or data supplied to avoid a Defect that does Section 1 Introduction and General Information INTERIM MRF RECYCLING PROCESSING EQUIPMENT AUGUST 2022 6 not impair the performance of the System or increase the cost of using the System. Work Product: Refers to the Deliverables and all other programs, algorithms, reports, information, designs, plans and other items developed by the Service Provider in connection with this RFP, and all partial, intermediate or preliminary versions of any of the foregoing. 1.3. Accuracy of RFP and Related Documents. The County assumes no responsibility for conclusions or interpretations derived from the information presented in this RFP, or otherwise distributed or made available during this procurement process. In addition, the County will not be bound by or be responsible for any explanation, interpretation or conclusions of this RFP or any documents provided by the County other than those provided by the County through the issuance of addenda. In no event may a Service Provider rely on any oral statement by the County or its agents, advisors or consultants. Should a Service Provider find discrepancies or omissions in this RFP or any other documents provided by the County, the Service Provider should immediately notify the County of such potential discrepancy in writing, and a written addendum may be issued if the County determines clarification necessary. Each Service Provider requesting an interpretation will be responsible for delivering such requests to the County's designated representative as directed in Section 2 of this RFP. 1.4. County’s Rights and Options. The County reserves the following rights, which may be exercised at the County’s sole discretion: 1.4.1. To supplement, amend, substitute or otherwise modify this RFP at any time; 1.4.2. To cancel this RFP with or without the substitution of another RFP; 1.4.3. To take any action affecting this RFP, this RFP process, or the Services or facilities subject to this RFP that would be in the best interests of the County; 1.4.4. To issue additional requests for information; 1.4.5. To require one or more Service Providers to supplement, clarify or provide additional information in order for the County to evaluate the Proposals submitted; 1.4.6. To conduct investigations with respect to the qualifications and experience of each Service Provider; 1.4.7. To waive any Defect or irregularity in any Proposal received; 1.4.8. To reject any or all Proposals; 1.4.9. To share the Proposals with County employees other than the Evaluation Committee or County advisory committees as deemed necessary; 1.4.10. To award all, none, or any part of the Services that is in the best interest of the County, with one or more of the Service Providers responding, which may be done without or without re-solicitation. Section 1 Introduction and General Information INTERIM MRF RECYCLING PROCESSING EQUIPMENT AUGUST 2022 7 1.4.11. To discuss and negotiate with selected Service Provider(s) any terms and conditions in the Proposals including but not limited to financial terms; and 1.4.12. To enter into any Agreement deemed by the County to be in the best interest of the County, with one or more of the Service Providers responding. 1.5. Expense of Submittal Preparation. The County accepts no liability for the costs and expenses incurred by the Service Providers in responding to this RFP, in preparing responses for clarification, in attendance at interviews, participating in contract development sessions, or in meetings and presentations required for the contract approval process. Each Service Provider entering into the procurement process shall prepare the required materials and submittals at its own expense and with the express understanding that the Service Provider cannot make any claims whatsoever for reimbursement from the County for the costs and expenses associated with the procurement process. 1.6. Proposal Conditions. The following terms are applicable to this RFP and the Service Provider’s Proposal. 1.6.1 RFP Not an Offer. This RFP does not constitute an offer by the County. No binding contract, obligation to negotiate, nor any other obligation shall be created on the part of the County unless the County and the Service Provider execute a Contract. No recommendations or conclusions from this RFP process concerning the Service Provider shall constitute a right (property or otherwise) under the Constitution of the United States or under the Constitution, case law, or statutory law of North Carolina. 1.6.2 Right to Terminate Discussions. The Service Provider’s participation in this process might result in the County selecting the Service Provider to engage in further discussions. The commencement of such discussions, however, does not signify a commitment by the County to execute a Contract or to continue discussions. The County can terminate discussions at any time and for any reason. 1.6.3 Requirement for Representation as to Accuracy and Completeness of Proposal. Each Service Provider shall make the following representations and warranty in its Proposal Cover Letter, the falsity of which might result in rejection of its Proposal: “The information contained in this Proposal or any part thereof, including its Exhibits, Schedules, and other documents and instruments delivered or to be delivered to the County, is true, accurate, and complete. This Proposal includes all information necessary to ensure that the statements therein do not in whole or in part mislead the County as to any material facts.” 1.6.4 Trade Secrets/Confidentiality. Upon receipt by the County, your Proposal is considered a public record except for material which qualifies as “trade secret” information under N.C. Gen. Stat. 66-152 et. seq. including Section 1 Introduction and General Information INTERIM MRF RECYCLING PROCESSING EQUIPMENT AUGUST 2022 8 Personal Identification information to include, but not be limited to, social security numbers, bank account numbers, and driver’s license numbers. After the Proposal due date, the County’s Evaluation Committee, as well as other County staff and members of the general public who submit public records requests will review the Proposal. The public disclosure of the contents of each Service Provider Proposal submitted in response to this RFP is governed by Chapter 132 and 66-152 et. seq. of the General Statutes of North Carolina. If any Proposal contains trade secret information as defined by Chapter 66-152 et. seq. of the General Statutes of North Carolina, such trade secret information should be specifically and clearly identified in accordance with this Section 1.6.4. To properly designate material as trade secret under these circumstances, each Service Provider must take the following precautions: (a) any trade secrets submitted by a Service Provider should be submitted in a separate, sealed envelope and in a separate email for electronic files, marked “Trade Secret—Confidential and Proprietary Information— Do Not Disclose Except for the Purpose of Evaluating this Proposal”, and (b) the same trade secret/confidentiality designation should be stamped on each page of the trade secret materials contained in the envelope and on each page of the electronic file. In submitting a Proposal, each Service Provider agrees that the County may reveal any trade secret materials contained in such response to all County staff and County officials involved in the selection process, and to any outside consultant or other third parties who serve on the Evaluation Committee or who are hired or appointed by the County to assist in the evaluation process. Furthermore, each Service Provider agrees to indemnify and hold harmless the County and each of its officers, employees, and agents from all costs, damages, and expenses incurred in connection with refusing to disclose any material, which the Service Provider has designated as a trade secret. Any Service Provider that designates its entire Proposal as a trade secret may be disqualified. 1.6.5 Prohibited Discrimination. The County is committed to promoting equal opportunities for all and to eliminating prohibited discrimination in all forms. For purposes of this section, Prohibited Discrimination means discrimination in the solicitation, selection, and/or treatment of any subcontractor, vendor, supplier, or commercial customer based on race, ethnicity, gender, age, religion, national origin, disability or other unlawful form of discrimination. Without limiting the foregoing, Prohibited Discrimination also includes retaliating against any person, business, or other entity for reporting any incident of Prohibited Discrimination. It is understood and agreed that not only is Prohibited Discrimination improper for legal and moral reasons, Prohibited Discrimination is also an anti-competitive practice that tends to increase the cost of goods and Services to the County and others. As a condition of entering into any Agreement, the Service Provider shall represent, warrant, and agree that it does not and will not engage in or Section 1 Introduction and General Information INTERIM MRF RECYCLING PROCESSING EQUIPMENT AUGUST 2022 9 condone Prohibited Discrimination. Without limiting any rights the County may have at law or under any other provision of any Agreement, it is understood and agreed that a violation of this provision constitutes grounds for the County to terminate any such Agreement. 1.6.6 Statutory Requirements. Any Contract awarded as a result of this RFP shall be in full conformance with all statutory requirements of North Carolina and all statutory requirements of the Federal Government, to the extent applicable. 1.6.7 Reservation of Right to Change Schedule. The County shall ultimately determine the timing and sequence of events resulting from this RFP. The County reserves the right to delay the closing date and time for any phase if County staff believe that an extension will be in the best interest of the County. 1.6.8 Reservation of Right to Amend RFP. The County reserves the right to amend this RFP at any time during the process, if it believes that doing so is in the best interests of the County. Any addenda will be posted to the Internet at www.ips.state.nc.us. Service Providers are required to acknowledge their receipt of each addenda by including the Addenda Receipt Confirmation Form set forth in Section 7, Form Two with their Proposal. 1.6.9 Additional Evidence of Ability. Service Providers shall be prepared to present additional evidence of experience, qualifications, abilities, equipment, facilities, and financial standing. The County reserves the right to request such information at any time during the Proposal evaluation period for this RFP. 1.6.10 No Collusion or Conflict of Interest. By responding to this RFP, the Service Provider shall be deemed to have represented and warranted that the Proposal is not made in connection with any competing Service Provider submitting a separate response to this RFP and is in all respects fair and without collusion or fraud. 1.6.11 Proposal Terms Firm and Irreversible. The signed Proposal shall be considered a firm offer on the part of the Service Provider. The County reserves the right to negotiate price and Services. All Proposal responses (including all statements, claims, declarations, prices and specifications in the Proposals) shall be considered firm and irrevocable for purposes of future Contract negotiations unless specifically waived in writing by the County. The Service Provider chosen for award should be prepared to have its Proposal and any relevant correspondence incorporated into the Contract, either in part or in its entirety, at the County's election. Any false or misleading statements found in the Proposal or Contract exceptions not included in the Proposal may be grounds for disqualification. 1.6.12 Proposal Binding for 90 Days. Each Proposal shall contain a statement to the effect that the Proposal is a firm offer for ninety (90) calendar Days from the date of the opening. This statement must be signed by an individual authorized to bind http://www.ips.state.nc.us/ Section 1 Introduction and General Information INTERIM MRF RECYCLING PROCESSING EQUIPMENT AUGUST 2022 10 the Service Provider and include their name, title, address, and telephone number. All prices quoted shall be firm and fixed for the full Contract period. The County shall have the option to accept subject to exception by Contract. 1.6.13 Subcontracting The Service Provider given contract award shall be the prime contractor and shall be solely responsible for contractual performance. In the event of a subcontracting relationship, the Service Provider shall remain the prime contractor and will assume all responsibility for the performance of the Services that are supplied by all subcontractors. The County retains the right to approve all subcontractors. Additionally, the County must be named as a third-party beneficiary in all subcontracts. The Mecklenburg County Business Diversity and Inclusion (BDI) Program Provisions Guide is attached to this RFP. It is the County’s desire to use MWBE firms to the greatest extent possible when qualified firms are available. 1.6.14 Equal Opportunity. The County has an equal opportunity purchasing policy. The County seeks to ensure that all segments of the business community have access to supplying the goods and services needed by County programs. The County provides equal opportunity for all businesses and does not discriminate against any Service Providers regardless of race, color, religion, age, sex, and national origin or disability. 1.6.15 Use of County’s Name. No advertising, sales promotion or other materials of the Service Provider or its agents or representatives may identify or reference the County in any manner absent the prior written consent of the County. 1.6.16 Withdrawal for Modification of Proposals. Service Providers may change or withdraw their Proposals at any time prior to the Proposal due date; however, no oral modifications will be allowed. Only telegrams, letters, or other formal written requests for modifications or corrections of a previously submitted Proposal, which is addressed in the same manner as the Proposal and received by the County prior to the scheduled closing time for receipt of Proposals, will be accepted. The Proposal, when opened, will then be corrected in accordance with such written request(s), provided that the written request is contained in a sealed envelope, which is plainly marked “Modifications to Proposal.” 1.6.17 No Bribery. In submitting a response to this RFP, each Service Provider certifies that neither it, any of its Affiliates or subcontractors, nor any employees of any of the foregoing has bribed, or attempted to bribe, an officer or employee of the County in connection with the Contract. 1.6.18 Exceptions to the RFP. Other than exceptions that are stated in compliance with this Section, each Proposal shall be deemed to agree to comply with all terms, conditions, Section 1 Introduction and General Information INTERIM MRF RECYCLING PROCESSING EQUIPMENT AUGUST 2022 11 specifications, and requirements of this RFP including the Sample Contract language included as Section 8. An “exception” is defined as the Service Provider’s inability or unwillingness to meet a term, condition, specification, or requirement in the manner specified in the RFP including the Sample Contract language included as Section 8. All exceptions taken must be clearly identified and explained in writing on a separate sheet of paper within your Proposal and must specifically reference the relevant section(s) of this RFP. If the Service Provider provides an alternate solution when taking an exception to a requirement, the benefits of this alternative solution and impact, if any, on any part of the remainder of the Service Provider’s solution, must be described in detail. 1.6.19 Fair Trade Certifications. By submission of a Proposal, the Service Provider certifies that in connection with this procurement:  The prices have been arrived at independently, without consultation, communication, or Agreement, for the purpose of restricting competition, as to any matter relating to such prices with anyone;  Unless otherwise required by law, the prices which have been quoted in its Proposal have not been knowingly disclosed by the Service Provider and will not knowingly be disclosed by the Service Provider prior to opening; and  No attempt has been made or will be made by the Service Provider to induce any other person or firm to submit or not to submit a Proposal for the purpose of restricting competition. 1.6.20 Clarification of Ambiguities. Any Service Provider believing that there is any ambiguity, inconsistency or error in this RFP shall promptly notify the County in writing of such apparent discrepancy. Failure to notify will constitute a waiver of claim for ambiguity, inconsistency or error. 1.6.21 Service Provider’s Obligation to Fully Inform Themselves. Service Providers or their authorized representatives are expected to fully inform themselves as to all conditions, requirements and specifications of this RFP before submitting Proposals. Failure to do so will be at the Service Provider’ own risk. 1.6.22 Environmentally Preferable Purchasing. The County promotes the practice of Environmentally Preferable Purchasing (EPP) in acquiring Products or Services. Applicable EPP attributes that may be taken into consideration as environmental criterion include the following: Recycled content Renewable resources Recyclability Packaging Biodegradability Reduced toxicity Energy and water efficiency Durability Low volatile organic compounds Take back options Section 1 Introduction and General Information INTERIM MRF RECYCLING PROCESSING EQUIPMENT AUGUST 2022 12 Service Providers able to supply Products or Services containing any of the applicable environmentally preferable attributes that meet performance requirements are encouraged to offer them in the Proposal. Service Providers must provide certification of environmental standards and other environmental claims, such as recycled content and emissions data or a formal statement signed by a senior Company official. 1.6.23 Disclaimer. Each Service Provider must perform its own evaluation and due diligence verification of all information and data provided by the County. The County makes no representations or warranties regarding any information or data provided by the County. 1.7 Proposal Submission Requirements In addition to other requirements outlined in this RFP, each Service Provider proposal shall include the following: 1. Information relating to the experience of the Service Provider on the basis of which said Service Provider purports to be qualified to carry out all work required by a proposed contract; the ability of the Service Provider to secure adequate financing; and proposals for project staffing, implementation of work tasks, and the carrying out of all responsibilities required by a proposed contract. 2. A proposal clearly identifying and specifying all elements of cost which would become charges to the County, in whatever form, in return for the fulfillment by the Service Provider of all tasks and responsibilities established by the request for the proposal for the full lifetime of a proposed contract, and that the Service Provider must submit sufficiently detailed information to permit a fair and equitable evaluation of the proposal. 3. Any other information as the County may determine to have a material bearing on its ability to evaluate any proposal in accordance with this RFP. Section 2 Procurement Process INTERIM MRF RECYCLING PROCESSING EQUIPMENT AUGUST 2022 13 2 PROCUREMENT PROCESS. This Section 2 contains information about the procurement process for this Project. 2.1 Schedule and Process. The following chart shows the schedule of events to prepare the Service Provider’s Proposal. The key events and deadlines for this process are as follows, some of which are set forth in more detail in the Sections that follow: DATE EVENT August 15, 2022 Issuance of RFP. The County issues this RFP. September 2, 2022 Request for Proposals Acknowledgement. Service Providers who intend to submit a Proposal shall submit the RFP Acknowledgement Form by 5:00pm on this date to Martin Sanford at SolidWasteProjects@mecknc.gov. September 7, 2022 Submission of Written Questions Prior to Pre- Proposal Conference. Service Providers are permitted to submit written questions, but only for purposes of clarifying this RFP. All submissions must be emailed to Martin Sanford at SolidWasteProjects@mecknc.gov. Questions are due by 5pm. September 13, 2022 Pre-Proposal Conference to be held at LUESA office building at 10:30am. September 28, 2022 Submission of Written Questions After the Pre- Proposal Conference. October 14, 2022 County Response to all Written Questions November 1, 2022 Proposal Submission. Proposals are due by 2pm. at the Mecklenburg County LUESA Building, 2145 Suttle Ave, Charlotte, NC 28208. All Proposals will be time-stamped upon receipt and held in a secure place until this date. November 2, 2022 to November 16, 2022 Evaluation and Interviews (if necessary) November 23, 2022 Notice of Intent to Award. County will issue a Notice of Intent to Award to the successful Service Provider November 28, 2022 to January 9, 2023 Contract Negotiations (Proposal Design to Final Contract Design) January 18, 2023 Contract Award by Mecklenburg County Board of Commissioners. mailto:SolidWasteProjects@mecknc.gov. mailto:SolidWasteProjects@mecknc.gov Section 2 Procurement Process INTERIM MRF RECYCLING PROCESSING EQUIPMENT AUGUST 2022 14 2.2 Intent to Propose. Please acknowledge receipt of this RFP via email by September 2, 2022 using the Request for Proposals Acknowledgement Form located in Section 7, Form One. Complete the form in its entirety advising the County of your firm’s intention to submit or not submit a Proposal. Email the completed and signed form to Martin Sanford at SolidWasteProjects@mecknc.gov. 2.3 Interpretations and Addenda. No interpretation or clarification of the meaning of any part of this RFP will be made orally to any Service Provider. Service Providers must request such interpretations or clarifications in writing from the County. Written clarifications or interpretations will be issued by the County in accordance with the schedule provided in paragraph 2.1 of this RFP. Only questions answered by formal written Addenda will be binding. Oral and other clarifications or interpretations will be without legal effect. Address requests for information or clarification of this RFP to: Martin Sanford, P.E. Construction Project Manager Mecklenburg County Solid Waste Management 980-314-3853 SolidWasteProjects@mecknc.gov When submitting questions, please reference the RFP page and topic number. In order for questions to be addressed at the Pre-Proposal Conference, they must be submitted by September 7, 2022. After the Pre-Proposal Conference, questions must be submitted in writing by September 28, 2022. In the case of questions not submitted by the deadline, the County will, based on the availability of time to research and communicate an answer, decide whether an answer can be given before the Proposal Due Date. When responding to Service Provider questions or issuing addenda to the RFP, the County will post the answer or information to the Internet at www.ips.state.nc.us. The County reserves the right to disqualify any Service Provider who contacts a County official, employee, or agent concerning this RFP other than in accordance with this Section. Nothing in this Section shall prohibit the County from conducting discussions with Service Providers after the Proposal Due Date. 2.4 Pre-Proposal Conference. A Non-Mandatory Pre-Proposal Conference / Site Visit will be conducted on September 13, 2022 at 10:30am. The meeting will be held at the Mecklenburg County LUESA Building, 2145 Suttle Ave, Charlotte, NC 28208. If special accommodations are required for attendance, please notify Martin Sanford in advance of the conference date and time identifying the special accommodations required. mailto:SolidWasteProjects@mecknc.gov mailto:SolidWasteProjects@mecknc.gov http://www.ips.state.nc.us/ Section 2 Procurement Process INTERIM MRF RECYCLING PROCESSING EQUIPMENT AUGUST 2022 15 2.5 Submission of Proposals. One bound original Proposal signed in ink by a Company official authorized to make a legal and binding offer along with the corporate seal, shall be submitted to the address listed in Section 2.1 above by November 1, 2022 on or before but no later than 2:00pm. The "original" Proposal shall be complete and bound and shall not refer to any other documents for any references, clarifications, or additional information. When received, all Proposals and supporting materials, as well as correspondence relating to this RFP, shall become the property of the County. Proposals sent by fax or solely by email will not be accepted. 2.6 Correction of Errors. The person signing the Proposal must initial erasures or other corrections in the Proposal. The Service Provider further agrees that in the event of any obvious errors, the County reserves the right to waive such errors in its sole discretion. The County, however, has no obligation under any circumstances to waive such errors. 2.7 Evaluation. As part of the evaluation process, the Evaluation Committee may engage in discussions with any Service Provider. Discussions might be held with individual Service Providers to determine in greater detail the Service Provider’s qualifications, to explore with the Service Provider the scope and nature of the required contractual Services, to learn the Service Provider’s proposed method of performance and the relative utility of alternative methods, and to facilitate arriving at a Contract that will be satisfactory to the County. The County may, in its sole discretion, require one or more Service Providers to make presentations to the Evaluation Committee or appear before the County and/or its representatives for an interview. During such interview, the Service Provider may be required to present its Proposal orally and otherwise and to respond in detail to any questions posed. Additional meetings may be held to clarify issues or to address comments, as the County deems appropriate. Service Providers will be notified in advance of the time and format of such meetings. Since the County may choose to award a Contract without engaging in discussions or negotiations, the Proposals submitted shall define the Service Provider's best offer for performing the Services described in this RFP. 2.8 Contract Award by Mecklenburg County Board of Commissioners. Upon completion of the evaluation and interview process, the County intends to issue a Notice of Intent to Award to the successful Service Provider by November 23, 2022. The County will begin contract negotiations with the successful Service Provider with the purpose of achieving a Final Contract Design that will be the basis for the development of a final contract. The final contract will be submitted to the Mecklenburg County Board of Commissioners for final approval of award. If approved by the Mecklenburg County Board of Commissioners, the County will provide Contract documents to the Service Provider. In the event the Mecklenburg County Board of Commissioners approval is not received within one hundred (100) calendar days after opening of the Proposals, the Service Provider may request that it be released from the Proposal. Section 3 Scope of Services INTERIM MRF RECYCLING PROCESSING EQUIPMENT AUGUST 2022 16 3 SCOPE OF INTERIM MRF RECYCLING PROCESSING EQUIPMENT. 3.1 Project Understanding Project Description - Mecklenburg County (the County) seeks proposals for equipment, equipment design, engineering, installation, and startup to install INTERIM MRF RECYCLING PROCESSING EQUIPMENT on County-owned property located at 8007 Pence Road Charlotte, N.C. 28215. This facility will serve as a new interim MRF for the processing of recyclable materials during the retrofit of the County’s Metrolina Recycling Facility. This interim MRF system may remain as a recycling back-up or alternative processing location for excess recyclables or be repurposed for C&D materials processing after the main MRF is completely retrofitted. The County desires the Interim MRF system equipment to be able to be repurposed to the greatest extent practical in future capital construction projects where the County plans on incorporating recycling after the interim processing needs have been met. The County desires to divert most of the existing Metrolina Recycling Facility incoming materials to this interim MRF prior to the shut-down of the Metrolina Recycling Facility for the equipment retrofit. This will require close coordination through all phases of this project, and the Service Provider shall address their commitment to prompt adherence to implementation schedules to ensure the interim MRF is fully operational in advance of the retrofit facility shutdown. As stated above, The County has the intention of repurposing either the entire Interim MRF system or various components of the Interim MRF processing system after the new system at the Metrolina MRF is operational; therefore, the system design and installation of the equipment should have the flexibility to allow for the disassembly and re-installation of components at other facilities, as well as the possibility of processing other material streams. For example, balers, magnets, and optical sorters should be capable of being re- located and fully functional and re-used elsewhere at a later date. Project Location and Facility - This Interim MRF will be located on property associated with the County’s Hickory Grove Full-Service Drop-Off Center. The location for the MRF operations will be in an open- space area of approximately 4.5 acres. The recycling processing and storage area is approximately 1.6 acres. The clearspan building(s) area will be approximately 35,000 ft2 including the tip floor and will likely consist of 2 buildings but can also be a singular building of approximately the same size, depending on the vendor’s needs of layout. The orientation and number of buildings is negotiable as long as the overall covered square footage is similar to the 35,000 ft2 indicated, or if the vendor can find efficiencies in the layout, less square footage covered by a steel building is encouraged to help save capital costs to the County. The County will be responsible for site development work, power and water service, and construction of the operations floor and clearspan-type building structures. County will also be responsible for all rolling stock and baling equipment necessary for the processing of the recycling and recovered materials. Attachment A – Figure 1 provides a conceptual layout of the Interim MRF. Section 3 Scope of Services INTERIM MRF RECYCLING PROCESSING EQUIPMENT AUGUST 2022 17 Incoming Tons and Projections - The County estimates a total annual supply of up to 90,000 tons of single stream recyclables with a similar composition as described in the material composition study included in the attachments. The processing system should be capable of processing up to 320 tons per day (TPD) of incoming recyclables, based on a single shift, although the shift can be extended slightly for days that are at the full 320 TPD. The system should be able to process 40 tons per hour (TPH) and 320 TPD over 5 days per week. Overall Required Goals of Interim MRF - The goal of this system is to reduce the amount of recyclables shipped to other single stream recycling locations and to significantly reduce the transport of residue to other single stream recycling locations. As such, the County is asking for a two-stage processing system, with the first stage (base or front-end system) being the tip-floor and system infeed to recover large OCC and remove large residue items and to also remove fines materials including glass. Glass will not be recovered by the Interim system. The goal of this front- end processing is to both recover OCC for recycling sale and remove fines and other residue so that it is not shipped to other facilities for additional processing. The input to this base system must be rated at 40 TPH. The preliminary layout shows a dual-infeed system, but the actual infeed and equipment is up to the discretion of the vendor, as long as the system can process 40 tons per hour and be able to split the output stream for either shipment to other systems in the state or for processing at the interim system at this site. After the processing by the base system (OCC/Fines), the remaining materials should be a recyclables rich stream that can be processed by a County baler to be densified and shipped to another facility for processing and recovery, or be processed by the interim system located on-site. The vendor should provide the ability to mix and match streams to be sent to either output based on the discretion of the operator. The interim system should be able to process a minimum of one half of the remaining recyclables stream coming from the initial base system. This can be changed depending on the eventual outcomes proposed by the vendor. The County requests that the vendor also estimate the time necessary for processing all materials from the up-front base system. The interim processing should look to recover mixed fiber, HDPE and PET bottles, ferrous metal cans and UBC aluminum. The estimated recovery is shown in the preliminary processing flow diagram. The number of sorters available is currently unknown, but it assumed by the County that some level of automation (magnets, ECS, opticals) is necessary to properly process this amount of material with the limited labor available at this time. The vendor is expected to estimate the number of sorters needed for normal operations. The vendor will describe how the recovered materials will be bunkered or stored and will provide a means for moving the material to a County provided baler system. This can be accomplished with a conveyor system or other method depending on the vendors discretion. Vendor is allowed to respond to either the base (front-end) part of the system, the second Section 3 Scope of Services INTERIM MRF RECYCLING PROCESSING EQUIPMENT AUGUST 2022 18 part of the system (interim processing), or both systems together. The County reserves the right to select different vendors for the base and the interim processing system. Vendor will provide a mass balance for the portion of the equipment they propose, as well as an estimate of the materials in each of the outcoming streams. The County is open for options regarding the outputs of the system, depending on what the vendor proposes. The goal of the County is to process the incoming recycling stream and to remove the residue and fines and recover as much singular commodities as is reasonable in an interim system, with the remaining materials being shipped to other locations. The system that minimizes this transport of mixed recyclables and emphasizes recovery of valuable recyclables will be preferred, and the County is open to innovative methods of accomplishing this goal. As stated earlier, the County will provide the baler of the mixed recyclables for transport and the baler for the commodities, as well as the rolling stock necessary for the operation and the building for the processing. Vendor will propose the equipment and installation for the base system, the interim processing system, or the combined systems that will be within the prescribed 35,000 ft2. Vendor will provide throughput and output estimates based on the equipment and the composition study provided. 3.2 System Performance Requirements The following are the requirements that the system achieve during normal operations: The County prefers an Interim MRF system that would process all materials received in a given day in one shift of 8 hours. However, the County is willing to consider various options from Service Providers whereby the average daily tonnage of 320 TPD is processed over a longer period. Service Providers may propose multiple systems for this RFP and clearly delineate the expected processing time for each option provided. The County will evaluate time to process as a function of overall cost of operation of the proposed systems. The base system will be required to process 320 TPD with an approximate run-time of 8 hours (1 shift plus some overtime for breaks and lunch). Secondary (interim) processing systems will be considered at 2-hour operating intervals of; 10 hours, 12 hours, 14 hours and 16 hours. Service Providers shall clearly delineate the expected processing times for their various proposals at the 320 TPD rate. Service Providers may provide more than one solution using different equipment. The County will evaluate systems that are proposed taking into consideration operating times and expected recovery. There will be no commodity recovery requirements, but the vendor is expected to comply with the recovery expectations presented in the vendor’s proposal. Any recovery equipment will need to recover material to the industry standard at full material throughput that the Service Provider specifies. Service Provider should indicate assumed material recovery estimations for the system(s) that they propose to the County. Section 3 Scope of Services INTERIM MRF RECYCLING PROCESSING EQUIPMENT AUGUST 2022 19 Materials to Recover - Materials to Recover Material Description OCC Old Corrugated Containers or Cardboard, corresponding to ISRI PSI #11. May contain allowable kraft paper as well as carboard. System design shall allow for the changing nature of the OCC that is in the residential single stream (the Amazon effect) so that smaller cardboard containers can still be recovered into the OCC bale, as it tends to be a higher value than the other fiber streams. Some OCC size observations are available in the body of the single stream composition study included in the attachments. Inclusion of kraft paper is market dependent and up to the system operator. Mixed Paper Also known as MP and is ISRI PSI #54 and generally consists of smaller sized and lower quality fiber materials such as certain mailings and some fiber packaging. Kraft paper is accepted in this grade if not included elsewhere. PET Necked Bottles Necked bottles with the resin designation of #1. Other PET containers may also be accepted in limited quantities, depending on the allowances of the end market, but these other containers are not considered program materials. HDPE Necked Bottles/Containers Necked bottles/containers with the resin designation of #2. HDPE bottles/containers will be separated between those with colored dye and natural HDPE into separate storage units for separate baling. Service Provider will indicate how this separation will occur, and if this separation is manual, the system will need to be designed to allow for the easy installation of an optical unit or other automation in the future to separate HDPE-C from HDPE-N. UBC Used Beverage Containers or Aluminum cans. Other aluminum containers and items may also be recovered, depending on the allowances of the final market. Allowances for removing UBC aluminum should also be described in the proposal. Ferrous Metals Magnetic ferrous containers, generally cans used for food or other items, will be recovered by the facility. The County Section 3 Scope of Services INTERIM MRF RECYCLING PROCESSING EQUIPMENT AUGUST 2022 20 desires to maximize recovery of ferrous materials. The Service Provider should describe opportunities and limitations for the recovery of ferrous materials. Acceptable Equipment Service Providers There are no requirements from the County on the manufacturer of the equipment proposed by the Service Provider. However, the County reserves the right to ask the Service Provider for additional information regarding any proposed equipment and for equipment comparisons as needed. This may occur before or after initial award of contract. The Service Provider is allowed to include used but refurbished equipment in the proposal for the Interim MRF system. Any used equipment, how the equipment will be refurbished to fit within the new system, and provided warranty, must be described by the Service Provider. Used equipment will have a minimum warranty period of 6 months for all parts. The County reserves the right to choose an RFP respondent that will design and procure equipment individually to meet the needs of the County. 3.3 Material Composition Material Sources - Most of the incoming single stream is from residential and multi-family generated sources along with County drop-off locations. There are some commercial generator sources but that is not a large percentage of the incoming materials. Table of Characterization Results from Study - The following table is the results from a characterization study done in August of 2019. The full report is included as an attachment to this document. Bulky and Composite items make up only 1.3% of the material stream but represent some of the more problematic items for a processing system. This includes large plastic items such as slides and playhouses, large metal items such as chairs, and other problem items such as tarps, hoses, and electrical cords. Service Provider shall provide an explanation of how their system will address these problematic items. Categories Material Description Average % - All Error +/- (90%) Fiber Old Corrugated Cardboard (OCC) 22.6% ±3.3% Old Newsprint (ONP) 6.7% ±1.8% Office Paper/Magazines 7.8% ±1.6% Gable Top/Aseptic Containers 0.4% ±0.1% Other Mixed Recyclable Paper/Kraft 10.1% ±2.2% Non-recyclable Paper Products 1.0% ±0.6% Fiber Sub-Total 48.7% Plastic PET Bottles (#1) 6.1% ±1.1% Section 3 Scope of Services INTERIM MRF RECYCLING PROCESSING EQUIPMENT AUGUST 2022 21 PET Containers/Packaging (#1) 0.8% ±0.1% HDPE Color (#2) 2.8% ±0.4% HDPE Natural (#2) 1.4% ±0.3% Mixed Bottles/Containers (#3-#7 non-ES #6) 1.3% ±0.2% EPS Foam (#6) 0.5% ±0.1% Film & Flexible Packaging 2.0% ±0.4% Mixed Rigid Bulky 0.9% ±0.4% Non-Recyclable Rigid Plastic 1.2% ±0.3% Plastics Sub-Total 16.8% Glass Recyclable Glass 6.4% ±2.0% Non-Recyclable Glass 0.2% ±0.2% Glass Sub-Total 6.5% Metals Ferrous Metal Containers 1.7% ±0.5% Aluminum Cans (UBC) 2.4% ±0.5% Other Metals 1.2% ±0.4% Metals Sub-Total 5.3% Organics Food/Putrescible Waste 1.9% ±0.7% Compostable Fibers (Paper Towels, Etc.) 2.2% ±0.9% Other Organics 0.1% ±0.1% Textiles Re-Usable Textiles 0.6% ±0.2% Non-recyclable Textiles 0.4% ±0.4% Leather & Rubber 0.2% ±0.1% HHW Household Hazardous Waste 0.5% ±0.5% Electronics All Electronics 0.6% ±0.5% C&D Wood 0.2% ±0.1% Other C&D 0.2% ±0.1% Other Fines 14.0% ±5.6% Diapers 0.4% ±0.2% Other Bulky or Composite Items 1.3% ±1.0% Other Materials Sub-Total 22.7% Variances of Other Potential Generator Sources - The proposal should demonstrate how changes in potential generators (such as including more Commercial sources) may change the functionality and capacity of the proposed system. 3.4 Installation Schedule Requirements - The proposal shall include a realistic timeline and schedule for the recycling processing equipment project including final contract acceptance, final system design acceptance, system engineering, manufacturing, and shipping of the new equipment, existing equipment removal, building retrofits and preparations, equipment installation, start-up and testing, and commissioning and training. Realistic buffers should be included in the schedule. The goal of this retrofit schedule is to minimize the amount of time between the decommissioning of the current system and the commissioning of the new processing system. Milestones - Due to the importance of starting up this system prior to the start of the Metrolina Recycling Facility Retrofit project, the County will include financial penalties or rewards for Section 3 Scope of Services INTERIM MRF RECYCLING PROCESSING EQUIPMENT AUGUST 2022 22 milestones that will be agreed upon in the final contract. There will be required intermediate milestones in the schedule, not just end of project milestone. Service Provider must demonstrate how the assembled proposal team will achieve the stated schedule milestones. 3.5 Start-up and Acceptance Tests The winning Service Provider and the County will agree upon an acceptance test protocol for the final commissioning and hand-off of the system. As there are no recovery requirements, the test will consist of a throughput test over the course of 2 shifts as well as a review of the recovery rates from the recovery equipment to see if they are close to industry standards. A third-party entity will provide results report for the testing. Any failure will require a re-test within an agreed-upon timeline based on the findings of the third-party results. The throughput testing will consist of processing a known quantity of single stream (preferably around 200 tons) and timing the actual runtime (processing time) of this material. This will occur on two separate occasions. Stoppages for any reason will not count as processing time, but an uptime of less than 90% (unforeseen stoppages during the testing) will be seen as unacceptable performance by the vendor equipment and will need to be addressed prior to another throughput test. 3.6 Training A minimum of one week of on-site training will be provided by the equipment vendor during start-up, and a minimum of three days of on-site training after 3-6 weeks of operations, to fine-tune operations and maintenance efficiency. Necessary personnel from the contracted MRF operator and the County will be present for this training by the equipment vendor. 3.7 Monitoring and Maintenance/Inventory needs from Service Provider The equipment Service Provider will provide a minimum of 1 year of warranty on all new equipment and a 6-month warranty on all refurbished equipment, outside of wear parts that would be considered normally worn in less than the warranty time frame. Equipment Service Provider will provide a maintenance manual (both electronic and hard copy) and will include a recommended spare parts list for the equipment in the system to the County, with the knowledge that the system will only operate at this level for the time of the retrofit but that uninterrupted operations during this system downtime are critical. The Service Provider will also work with the County to create a new operation manual. Any generated reports from the system will be readable by standard software. The Service Provider will assist with improvement of the Maintenance Manual, maintenance schedules, and improvement of inventory recommendations based on the needs during the interim processing. Service Provider will be available for questions regarding equipment performance and potential improvements as necessary during the systems operations. 3.8 System Pricing and Costs The pricing breakdown for the equipment and installation should be divided into the following categories to allow for fair comparisons and for the County to understand the necessary cost structure. The respondents need to respond to at least one section of the following systems. If the respondents respond to a full system, they need to also include Section 3 Scope of Services INTERIM MRF RECYCLING PROCESSING EQUIPMENT AUGUST 2022 23 the front-end system and the back-end system as separate quotes. An assumed mass balance is required for all sections proposed, along with proposed operating time for shift considerations. Front-End (Base) System This portion of the Interim MRF system is the tip floor area where the incoming single stream is stored and then loaded into infeed conveyor(s) and sent to equipment to scalp off the large OCC materials (to be sent to a QC location) and to remove the fines materials including glass. The County will supply necessary mobile equipment such as rubber tire loaders and mobile material handlers for all loading activities. Throughput into the system shall be listed by the Service Provider in terms of Tons Per Hour (TPH). All materials that are not large items (OCC etc.) or fines will be either sent to a baler for transport to other MRFs for processing or processed at the interim system included in this proposal. Front-end system should have the ability to split the remaining material to either the interim processing system or the County provided baler, or some combination between the two outputs. County will provide a baler capable of densifying all of the remaining recyclables output from the Base system if there is no interim (back-end) processing. Back-End (Interim) System This is the processing system that takes a portion of the remaining recyclable materials from the Front-End system and recovers additional valuable commodities. The percentage that is baled for transport to other locations will be dependent on the capacity of this complete Interim MRF system. Some level of automation is encouraged as it is unknown how many sorters will be available for this site. Service Provider should indicate the number of sorters required for the back-end system to function as described in the response. Service Providers may provide multiple solutions to provide different levels of equipment vs. time to process and quality of finished product. Service Providers should clearly delineate cost and metrics of equipment proposed so the County can evaluate equipment vs. operating (personnel/shift) costs. Complete System The Service Provider can also propose the entire system for the Interim MRF (both front and back-end systems described above), and describe all savings from combining the equipment and shipping, etc. Service Providers are required to show both the price for the split systems as well as the combined system. Ancillary systems such as HVAC, Fire Suppression, and Personnel Safety Systems are the responsibility of the County. Pier supports for critical equipment will be provided by the County once the final designs and locations are known. Service Provider shall also provide electrical load requirement for any electrical systems. Service Provider may propose Diesel or other stand-alone motive power for equipment to facilitate the quick deployment of the Interim MRF. Section 3 Scope of Services INTERIM MRF RECYCLING PROCESSING EQUIPMENT AUGUST 2022 24 The County reserves the right to choose only parts of the Front-End or Back-End system as the final design or can choose different vendors for the Front-End and the Back-End. The County acknowledges that this may affect the guarantees and the final acceptance tests may be modified to test only sections relevant to the Service Provider responsible for certain sections of the system. The Service Provider shall also include an estimate of the maintenance and wear replacement costs for the system, either in a per ton processed basis or an annual cost. This is especially important for proprietary vendor wear parts. 3.9 County or its Agent Responsibilities. • Bring power to designated main electric panels as specified in the Service Provider’s proposal; • Provide all manual labor, rolling stock and material for the Acceptance test, and standard daily processing; • Provide reasonable lay down space to allow Service Provider to work; • Personnel Safety Systems (ie – eye wash and shower stations) • All sprinkler Systems work and associated fire suppression equipment as required by code; • Any site security required during the installation; and • Traffic control. • Providing covered areas for processing equipment to operate, providing electricity and water to the site. 3.10 Service Provider’s Responsibilities. • All design for chosen section System design, fabrication, and installation to meet defined specifications; • All unloading of equipment at the site and the equipment to do so; • All equipment required for equipment installation; • All interconnecting wiring from designated electricpanels; • All local permits required for equipment installation; • “Fire watch” that will be required during installation; • Supplying all certificates of insurance for the General and subcontractors to the County or its agent per the requirements of this RFP; • Provide the County or its agent one electronic copy of equipment operations and maintenance manuals or detailed written procedures for equipment operations and maintenance, including maintenance schedules; • Software code support and a means for the County to change and customize the system operations as well as the proprietary equipment; and • System is designed to meet all applicable OSHA standards. • Any construction trailer or portable site offices required during the installation and start-up. • If Service Provider incorporates remote monitoring capabilities in the system, access shall be through a wireless network. Section 3 Scope of Services INTERIM MRF RECYCLING PROCESSING EQUIPMENT AUGUST 2022 25 3.11 Specific Requirements: Service Provider shall provide all the following elements in its proposal • Plan view and elevation drawings that will adequately explain and allow the County to understand the System being offered; • Service Provider is encouraged to supply a link to a “shrink-wrapped” or otherwise inert 3D electronic representation of the proposed system that is readable in most CAD software. • A written process flow description of the System being proposed; • A mass balance diagram of the material flow in the System section being proposed; • A specific listing of the electrical drops that the County is required to provide; • A specific listing of the total power requirements (amps required at 460V); • A specific statement of the warranty and what is included both in time and labor and the procedure for administering; • A specific listing of all used equipment that is intended to be used; • A list of each piece of equipment supplied that identifies the type of construction and the component used i.e. type and spec of belt, size of motor and gear-box speed, and other major components, etc.; • An itemized pricing list of all major components; • An estimated annual maintenance cost by major or combined components at the specified operating rate; • A list of each component, its expected lifespan, and the expected frequency and cost of maintenance/refurbishment during the life of the equipment at the specified operating rate; • Cost to provide a performance bond for the total amount of the Proposal. This should be shown as a separate cost in the itemized breakdown; • A specific listing of all the direct sorters required for the specific proposed design at all proposed tph s c e n a r i o s the given composition to recover the specified commodities. This number of sorters will be used in the overall System evaluation as well as the sorters used for the Acceptance test; • Potential alternative uses for the equipment and required modifications to process this other material; • A detailed schedule showing the specific Milestones for engineering completion assuming an order placement in February 2023 and final drawings for approval; manufacturing, shipping, installation, start up and substantial completion. This must specifically state the time required for total installation and explicitly call out the number of days of downtime and material diversion that will be required. Days of downtime and material diversion will be one of the criteria considered in evaluating proposal. Mecklenburg County may assess liquidated damages of $11,000 per day for days of delay caused by the Service Provider; and 3.12 Payment. Regardless of exceptions taken, Service Providers shall provide pricing based on the requirements and terms set forth in this RFP. Pricing must be all-inclusive and cover every aspect of the Project. Cost must be in United States dollars rounded to the nearest quarter of a dollar. A pricing worksheet is provided in Section 7, Form 4 to assist you. Section 3 Scope of Services INTERIM MRF RECYCLING PROCESSING EQUIPMENT AUGUST 2022 26 Payment will be based on the following Milestone Payment Plan (fixed price): • 10% Down payment upon award of contract; • 30% This is to be processed and paid upon invoice submission to the County or its agent upon approval of final Equipment layout drawings and detailed equipment description; • 10% Upon Equipment ready to ship; • 10% Upon all Equipment arriving at project site; • 30% Upon substantial completion; The County reserves the right to define “substantial”; and • 10% Upon final completion. Proposals shall be prepared based upon the above Milestone Payment Plan; however, during Contract negotiations the County will consider alternative payment terms that would be mutually agreeable and allowable under NC General Statutes. Service Providers should clearly delineate any alternative payment schedule examples with their submission. 3.13 Substantial Completion. The time of substantial completion is the Day when the Project is sufficiently complete to permit the County or its agent the ability to use the facility and System for its intended purpose. This includes the following, but is not limited to: • All mechanical and electrical installation is complete for all Service Provider related equipment; • All Equipment and fixtures in place, connected, cleaned and ready for use; • All painting of Equipment shall be completed unless otherwise agreed to in writing by the County or its agent; • All preliminary component testing and pre-start up testing has been completed; • Startup testing, with material has been completed and any required adjustments or modifications made to make System ready to Production run material; • A recommended spare parts list has been supplied to the County or its agent; • All operation and equipment manuals have been provided to the County or its agent; • Project site will be cleaned and any material left or needed will be stored in a place that will allow facility operation and is approved by the County or its agent; • A preliminary safety walk through with the County or its agent’s safety personnel has been performed; • All safety related items are corrected, and /or provisions made, with the Agreement of the County or its agent’s safety personnel to temporarily guard or make operation safe until permanent corrections are made; and • Punch lists #1 and #2 are completed to the satisfaction of the County or its agent. • All required building inspections have been satisfactorily completed. • The system can run continual production to be able to process all incoming material so that no diversion of incoming loads is required. • Delays due to County responsibilities (fire suppression acceptance, lack of staff, etc.) that prevent the full operation of the system will not affect the Substantial Completion date if all the above criteria have been met by the Service Provider. Section 3 Scope of Services INTERIM MRF RECYCLING PROCESSING EQUIPMENT AUGUST 2022 27 3.14 Final Completion. • Punch list #3 (final) is completed to the satisfaction of the County or its agent; • Acceptance test is performed and the System has met its rated production with the staffing personnel at or below stated staffing levels and achieving the quality standards set forth below; and • As built drawings, manuals and parts lists have been provided to the County or its agent. 3.15 Punch List. • The County or its agent shall provide a preliminary punch list #1 of all identified and known items during the installation phase; • Punch list #2 shall be provided by the County or its agent during the startup phase which will include any items identified up to and including start up; and • A final punch list (#3) shall be provided to Service Provider within three (3) weeks of operational start-up which will include any items remaining open from the first two (2) punch lists and any items identified as incomplete, deficient, faulty, defective or inconsistent with required performance of the System provided. 3.16 Reporting Requirements. Project Reporting Requirements. Any foreseeable delay or possible disruption in the performance of this service contract shall be immediately reported in writing to County Project Manager or its agent. Progress Reports. Throughout the development and implementation period, the Service Provider will be required to conduct weekly progress meetings and prepare and submit weekly written reports to the County or its agent. The weekly reports shall: • Update the Project Plan, as defined in Section 8 – Sample County Contract, indicating progress for each task; • Identify and report the status of all tasks that have fallen behind schedule and the reason and cure period; • Identify and summarize all risks and problems identified by the Service Provider which may affect the Project; • For each risk and problem, identify the action and person(s) responsible for mitigating the risk and resolving the problem; • For each risk and problem identified, state the impact on the Project Plan; and • Identify all changes in the Project Plan that affect personnel, equipment, facilities, and resources of the County which will be required for the Service Provider to perform the Services two (2) weeks in advance of the need. Section 3 Scope of Services INTERIM MRF RECYCLING PROCESSING EQUIPMENT AUGUST 2022 28 3.17 Bond Requirements: Service Providers will comply with all applicable laws regulating the practice of General Contracting as required by the General Statutes of North Carolina. Bonds will not be required with initial RFP submittals. The selected Service Provider will be notified in writing, and within 30 days shall supply the County with a corporate bond or a deposit of a certified or cashier’s check in the amount of at least 5% of the total amount for the agreed upon proposal. When a proposal is secured by a deposit (certified check or cashier’s check), the execution of a bond will not be required. When the proposal security is in the form of a bond, that bond shall be executed by a corporate surety. Proposals shall remain firm for a period of ninety (90) calendar days. Section 4 Proposal Format INTERIM MRF RECYCLING PROCESSING EQUIPMENT AUGUST 2022 29 4 PROPOSAL FORMAT. The County desires all Proposals to be identical in format in order to facilitate comparison. While the County’s format may represent departure from the Service Provider’s preference, the County requires strict adherence to the format. The Proposal will be in the format described below: a. Cover letter addressed to Mecklenburg County; b. Background and Experience as requested in Section 5; c. Proposed Solution(s) as requested in Section 4; d. The “Addenda Receipt Confirmation” set forth in Section 7, Form Two; e. The “Proposal Submission” set forth in Section 7, Form Three; f. The “Pricing Worksheet” set forth in Section 7, Form Four; g. The “MWBE Compliance” set forth in Section 7, MWBE h. Bid Bond; and i. Exceptions to the Remainder of the RFP. All Proposals shall be 8 1/2" x 11" documents and shall be two (2) sided format with all standard text no smaller than eleven (11) points. Please refer to Section 2.5 for submission of proposal details. Service Providers are required to organize the information requested in this RFP in accordance with the format outlined. Failure of the Service Provider to organize the information required by this RFP as outlined may result in the County, at its sole discretion, deeming the Proposal non-responsive to the requirements of this RFP. The Service Provider, however, may reduce the repetition of identical information within several sections of the Proposal by making the appropriate cross-references to other sections of the Proposal. Appendices for certain technical or financial information may be used to facilitate Proposal preparation. 4.1 Proposal Content. 4.1.1 Cover Letter. The Proposal must include a letter of transmittal attesting to its accuracy, signed by an individual authorized to execute binding legal documents on behalf of the Service Provider as outlined in Section 1.6.3. The cover letter shall provide the name, address, telephone, and a direct email address of the Service Provider along with the name, title, address, telephone and direct email address of the executive that has the authority to contract with the County. The cover letter shall present the Service Provider's understanding of the Project, a summary of the approach to be undertaken to perform the Services, as well as a summary of the costs to provide the Services. Each Service Provider shall make the following representations and warranty in its Proposal Cover Letter, the falsity of which might result in rejection of its Proposal: “The information contained in this Proposal or any part thereof, including its Exhibits, Section 4 Proposal Format INTERIM MRF RECYCLING PROCESSING EQUIPMENT AUGUST 2022 30 Schedules, and other documents and instruments delivered or to be delivered to the County, is true, accurate, and complete. This Proposal includes all information necessary to ensure that the statements therein do not in whole or in part mislead the County as to any material facts.” 4.1.2 Background and Experience. The Service Provider shall provide a concise description of the Company, including origin, state of incorporation, background, and current size as requested in Section 5. Include information concerning general organization and staffing as well as experience with similar Recycling Processing Equipment Projects as described in Section 3. 4.1.3 Proposed Solution Given the purpose of this Project and the County's goals as stated in this RFP, provide a creative solution to meet such goals. Following is a framework and questions to guide your organization’s suggested solution. Please address the following as completely as possible. If you wish to add supplemental information, it shall be labeled “Supplemental Information.” 4.1.3.1. Process. What steps will your organization take to ensure that implementation of the Project runs smoothly? 4.1.3.2. Project Plan. Prepare and submit a Project Plan (preferably in MS Project format) to describe, to the best of your ability, all times, tasks, and resources associated with the performance of Services as referenced in sections 3.2 through 3.7. The Project Plan is subject to the terms set forth in Section 8 of this RFP. 4.1.3.3. Client Relationship Management. Describe the communications scheme that your organization will use to keep the County informed about the progress of the Project. 4.1.3.4. Risk Management. Describe the risks associated with your submittal. What contingencies have been built in to mitigate those risks? 4.1.3.5. Pricing. Itemized Pricing MUST include all aspects of the Project. Please refer to Section 7, Form 4 for a pricing worksheet to assist you. Additional itemized pricing sheets may be used and attached to your submittal. Itemized pricing information should include, but not be limited to: • Base system equipment cost (Front End, Back End, and Combined Systems as appropriate) • Engineering cost • Installation cost • Estimate of the maintenance and wear replacement costs for the system (per ton processed or annual cost) Section 4 Proposal Format INTERIM MRF RECYCLING PROCESSING EQUIPMENT AUGUST 2022 31 • Anticipated life span of equipment at described utilization rate 4.1.4 Required Forms. To be deemed responsive to this RFP, Service Providers must complete in detail, all Proposal Forms listed in this Section 4, items numbered e through h. 4.1.5 Exceptions to the RFP. Exceptions must be submitted in accordance with Section 1.6.18 of this RFP. If exceptions are not identified in your Proposal they may not be considered during Contract negotiation and could result in Proposal being rejected from further consideration. If legal council needs to review the Contract before your Company can sign, reviews must be completed before your Proposal is submitted. Section 5 Background and Experience INTERIM MRF RECYCLING PROCESSING EQUIPMENT AUGUST 2022 32 5 SERVICE PROVIDER’S BACKGROUND AND EXPERIENCE. Please answer the following questions as completely as possible, placing your answer immediately after the question to which it applies. If you wish to add supplemental information, it shall be labeled “Supplemental Information.” Service Providers shall provide all background and experience information required within this Section in their Proposals under the heading Background and Experience. 5.1 Official Name. Provide the legal name and address of the Company and state of incorporation submitting the proposal. Also identify all subcontractors or joint venture partners. 5.2 Service Provider Background. Provide an overview and history of your Company. How long has the Company been providing Services to local governments? Describe the organization and ownership. Include an organization chart. 5.3 Proposing Organization’s Structure. a. Describe your total organization, including any parent companies, subsidiaries, Affiliates, and other related entities; b. Describe the ownership structure of your organization, including any significant or controlling equity holders; c. Provide a management organization chart of your overall organization, showing director and officer positions and names and the reporting structure. d. Describe any organizational changes such as divestitures, acquisitions, or spin-offs involving your business segments involved with the RECYCLING PROCESSING EQUIPMENT FOR SIMILAR MRF OPERATION that have occurred in the latest two (2) years or are anticipated in the future. 5.4 Proposed Project Team. If the Service Provider’s Proposal submission will be from a team composed of more than one (1) Company or if any subcontractor will provide more than fifteen percent (15%) of the Services, all participating companies must be identified. Provide a description, which includes the teaming relationships, form of partnership, each team member’s contribution, and the experience of each team member, which qualifies them to fulfill their responsibility. Provide descriptions and references for the Projects on which team members have previously collaborated. This includes the proposed system installer. The Mecklenburg County Business Diversity and Inclusion (BDI) Program Solicitation Forms are attached to this RFP. It is the County’s desire to use MWBE firms to the greatest extent possible when qualified firms are available. Please fill out the appropriate forms from the Guide and include in the Proposal. Section 5 Background and Experience INTERIM MRF RECYCLING PROCESSING EQUIPMENT AUGUST 2022 33 5.5 Past or Pending Judgments. For purposes of this Section, the term “Related Entity” means any parent, subsidiary, affiliate, or guarantor of the Service Provider. For all matters involving the Service Provider providing Products or Services to local, state, or federal government, submit declarations of the current status of any past or pending criminal, civil, or administrative litigation against the Service Provider or any Related Entity. For all matters involving the Service Provider providing Products or Services to local, state, or federal government, in addition, submit declarations of the current status of all pending criminal, civil or administrative litigation that commenced within the past five (5) years in North America, whether or not it involves local governments, against the Service Provider or Related Entity. (For the purpose of the declarations, current officer, shall be defined to include those individuals who are presently serving or who have served within the past two (2) years as an officer of the Company.) State whether there are any cases pending against the Service Provider, a Related Entity, officer of either, that, if adversely resolved, would pose a material risk of insolvency to either the Service Provider or Guarantor or materially affect the Service Provider’s or Guarantor’s ability to perform their obligations. The respondent may choose not to submit records for matters that were resolved prior to the time that the subsidiary or affiliate became associated with the parent Company, if that subsidiary or affiliate will not be involved in the provision of Services to the County. All records for subsidiaries or Affiliates of the parent Company that may be involved in the provision of Services to the County must be included. The County reserves the right to request additional information to explain any of the above citations/violations. 5.6 Management Approach. a. Describe your organization’s approach to total quality management and describe your organization’s total quality plan; b. Describe your organization’s continuous improvement program and how your current customers benefit from your service improvements; and c. Describe your organization’s experiences in utilizing MWBE or Historical Underutilized contractors in past projects and willingness to work with the County on similar for this project. 5.7 Personnel Management. a. Describe the key individuals, along with their qualifications, professional certifications and experience that would comprise your organization’s team for providing Services to the County; b. Has your organization been the subject of a dispute or strike by organized labor within the last five (5) years? Describe the circumstances and the resolution of the dispute. Section 5 Background and Experience INTERIM MRF RECYCLING PROCESSING EQUIPMENT AUGUST 2022 34 5.8 References. Provide an organization name, address, installation location, description of System, date of work, contact name, and contact information for at least the last five (5) installations that your Company has been under contract with to provide that are of comparable size and scope to the INTERIM MRF RECYCLING PROCESSING EQUIPMENT. Section 6 Evaluation Criteria INTERIM MRF RECYCLING PROCESSING EQUIPMENT AUGUST 2022 35 6 PROPOSAL EVALUATION CRITERIA. Evaluation Team and Criteria: There is an evaluation team established that will make the final Service Provider selection. At a minimum this team consists of County personnel and County’s consultant. The decision will be made by using a methodology that will use several factors to determine which System will provide the best solution and value to Mecklenburg County. Proposals will be evaluated based on the Service Provider's ability to meet the performance requirements of this RFP and as defined by N.C. Gen. Stat. 143-129.2. Award of a contract will be based upon factors that include, but are not limited to, the following factors: facility design, operational experience of users of the equipment and the System proposed, System reliability, time to process the 320 TPD incoming materials, number of personnel required to operate, operational costs, compatibility with source separation and other County recycling systems, and operational guarantees. To be deemed responsive, it is important for the Service Provider to provide appropriate detail to demonstrate satisfaction of each criterion and compliance with the performance provisions outlined in this RFP. The Service Provider’s Proposal will be the primary source of information used in the evaluation process. Proposals must contain information specifically related to the proposed Services and requested herein. Failure of any Service Provider to submit information requested may result in the elimination of the Proposal from further evaluation. Proposals will be asse

2 W Edenton St, Raleigh, NC 27601, USALocation

Address: 2 W Edenton St, Raleigh, NC 27601, USA

Country : United StatesState : North Carolina

You may also like

Enterprise Modular Servers And Related Services

Due: 14 Sep, 2024 (in 4 months)Agency: All Using Agencies