Request for Qualifications s14

Request for Qualifications s14

Request for Qualifications

Solid Waste Facility operations and alternatives study

For the

Cumberland County Solid Waste Complex

Cumberland County Improvement Authority

Cumberland County

New Jersey

Date: March 2012


1.0 General Instructions

Qualifications will be received until 10:00 a.m. on Tuesday, March 20, 2012, at which time they will be publicly opened. Late submittals will be returned unopened.

Please submit ten (10) hard copies and one (1) electronic copy of qualifications in a sealed envelope bearing the legend:

Qualifications For: Solid Waste Facility Operations and Alternatives Study

For the Cumberland County Solid Waste Complex

Submit Qualifications to: Mr. Donald H. Rainear, Management Consultant

Cumberland County Improvement Authority

2 N. High Street

Millville, New Jersey 08332

Detailed requirements for the qualifications submission may be obtained from the Cumberland County Improvement Authority’s website at www.ccia-net.com, under Request for Qualifications.

All comments and questions concerning the RFP must be directed in writing, to Donald H. Rainear, Management Consultant, at the address listed above, e-mailed to , or faxed to 856-776-5391.

Firms shall demonstrate their experience in providing the specific services for which qualifications are being requested.

All firms submitting qualifications are required to comply with the requirements of N.J.S.A. 10:5-31 et seq. and N.J.A.C. 17:27.

All firms that are short-listed and / or awarded a contract will be required to submit a Business Registration Certificate as required by N.J.S.A. 52:32-44.

The Cumberland County Improvement Authority assumes no liability for the costs incurred by any firm to prepare and / or submit qualifications and / or proposals.

2.0 Introduction

2.1 Purpose of RFQ

The Cumberland County Improvement Authority (CCIA) is seeking qualifications for consulting services to conduct a study / analysis to (a) maximize operating efficiency, and (b) to maximize overall value of the landfill for the benefit of the citizens and municipalities of Cumberland County. The intent of the CCIA is to own the facility for the foreseeable future.

2.2 Facility Overview

The CCIA owns and operates a solid waste complex known as the Cumberland County Solid Waste Complex (CCSWC). The CCSWC is located at 169 Jesse Bridge Road, (County Route 636) approximately one half mile north of Sherman Avenue (County Route 552) in Deerfield Township, Cumberland County, New Jersey.

The Complex is located on a 240 acre site in Deerfield Township, New Jersey. The landfill facility consists of 107 acres and the remaining 133 acres contains structures and facilities required for landfill operation including scale house, office and maintenance building, a convenience center, material separating facility, a leachate pre-treatment facility, a tire shredding operation, a landfill gas flare, storm water detention and sedimentation basins, and soil borrow area for daily cover.

An additional 120 acres of adjacent property was purchased by the Authority, and is not under the current permit. The additional land will provide area for excavation of additional cover material for landfill operations and expansion of buffer zones.

A site location map is attached to this RFQ as Figure 1.

2.3 Waste Generation and Capacity.

The facility began receiving waste in 1987. The cumulative tonnage of solid waste landfilled from October 13, 1987 through January 21, 2010 is 4,366,201 tons. From January 22, 2010 through January 24, 2011, 181,856 tons of waste was landfilled for a cumulative total of 4,548,057 tons. The total air space volume consumed through January 24, 2011 was 6,784,355 cubic yards, leaving a remaining permitted capacity of 7,112,275 cubic yards.

It is anticipated that approximately 150,000 tons per year of waste will be landfilled through the facility. For the calendar year 2011, 159,000 tons of waste was landfilled. The average for the last ten (10) years is approximately 240,600 tons per year.

The composition of the Cumberland County solid waste stream can be characterized as typical of a rural / suburban County. In accordance with the existing solid waste facility permit, the landfill is permitted to accept waste Types 10, 13, 13C, 23, 25, 27A, and 27I as defined by the NJDEP.

3.0 Scope of Services

The selected firm will be asked to fully analyze the existing operations of the facility and provide a written report outlining potential operating and administrative costs saving measures that the CCIA could implement. Engineering, operational, and financial information for the CCSWC will be available to the selected firm. The investigation should include, but not be limited to, the following:

·  Operational efficiencies

·  Cost savings measures

·  Enhanced asset management

·  Lease to a third party operator

·  Any other potential options including various operational and contractual business models

·  All relevant factors / issues including legal, economic, financial, environmental, and regulatory shall be examined for each option

The CCIA will retain outside legal counsel to provide legal advice as needed.

4.0 Qualifications

The respondents shall have experience in performing similar studies for other solid waste facilities as well as having a working knowledge of the following:

·  Solid waste engineering

·  Solid waste operations and regulations

·  Financial knowledge regarding landfill operations

·  Experience in evaluating alternative solid waste facility business models

Respondents are encouraged to form teams to provide the necessary expertise.

5.0 Response Format

There is no restriction on the length of the response; however, qualifications are encouraged to be as concise as possible. All qualifications should include the following:

1.  A letter of transmittal accompanying the qualifications submitted to the CCIA via mail or courier. Ten (10) hard copies and one (1) electronic copy of the qualifications shall be provided.

2.  Qualifications: All responders shall demonstrate their qualifications to perform the services described in this RFQ. The following shall be provided:

·  All pertinent company information including name, business address, type of organization, authorized representative, contact information, etc.

·  Personnel, including resumes for key officers and team leaders that will be assigned to the project

·  Name and experience of designated project manager

·  Experience of firm and team members as it relates to solid waste consulting

·  Recent project history for similar facilities and / or projects within New Jersey and the region

·  Team organizational chart

·  Any actual or potential conflicts of interest with the CCIA

·  A list of relevant references

3.  Understanding and approach: Respondents shall provide a written narrative describing their understanding of the goals of this study, as well as the overall approach they would undertake towards its completion.

4.  Selection Criteria:

The Authority will establish a Review Committee to evaluate submittals. Firms will be invited to submit proposals based on the following criteria:

·  Demonstrated experience of the firm or team in successfully conducting similar studies

·  Experience and background of the proposed project manager

·  Experience with New Jersey statutes, regulations, and administrative codes as it relates to solid waste issues

·  The firm’s experience in the areas of engineering, financial analysis, environmental controls, regulatory issues, and operations of landfill facilities

·  Demonstrated experience with solid waste facilities in the State of New Jersey

The Authority reserves the right to reject any and all RFQ’s at its sole discretion.

6.0 Insurance Requirements

Certificate(s) of Insurance shall be submitted with the qualifications, showing proof of coverage of firm as follows:

1.  Workers’ compensation and employees’ liability insurance

2.  Commercial general liability covering both bodily injury with limits of $l,000,000 per person and $l,000,000 per accident and property damage with limits of $l,000,000 per accident

3.  Comprehensive automobile liability insurance including operation of owned, non-owned, and hired automobiles covering bodily injury with limits of $500,000 per person and $500,000 per accident and property damage with limits of $500,000 per accident

4.  Professional liability for protection from claims arising out of performance of professional services resulting from negligent acts or omissions in an amount not less than $1,000,000

7.0 Statutory Requirements

1.  Disclosure of Contributions to New Jersey Election Law Enforcement Commission

Bidders are advised that of the responsibility to file an annual disclosure statement of political contributions with the New Jersey Election Law Enforcement Commission (ELEC) pursuant to N.J.S.A. 19:44A-20.13 (P.L. 2005, c.271, s.3) if the bidder receives contracts in excess of $50,000 from public entities in a calendar year. It is the Bidder’s responsibility to determine if filing is necessary. Additional information on this requirement is available from ELEC at 888-313-3532 or at www.elec.state.nj.us.

2.  Business Registration Certificates

All firms that are short-listed and / or awarded a contract will be required to submit a Business Registration Certificate as required by N.J.S.A. 52:32-44. Business Registration Certificates must also be included with the proposal for any sub-consultants, testing labs, or others named in the proposal as a participant in performing the work.

3.  Affirmative Action

If awarded a contract, your company/firm will be required to comply with the requirements of N.J.S.A. 10:5-31 et seq. and N.J.A.C. 17:27. Following is the required regulatory text:

(REVISED 9/07)

EXHIBIT A

MANDATORY EQUAL EMPLOYMENT OPPORTUNITY LANGUAGE

N.J.S.A. 10:5-31 et seq. (P.L. 1975, C. 127)

N.J.A.C. 17:27

GOODS, PROFESSIONAL SERVICE AND GENERAL SERVICE CONTRACTS

During the performance of this contract, the contractor agrees as follows:

The contractor or subcontractor, where applicable, will not discriminate against any employee or applicant for employment because of age, race, creed, color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity or expression, disability, nationality or sex. Except with respect to affectional or sexual orientation and gender identity or expression, the contractor will take affirmative action to ensure that such applicants are recruited and employed, and that employees are treated during employment, without regard to their age, race, creed, color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity or expression, disability, nationality or sex. Such action shall include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the Public Agency Compliance Officer setting forth provisions of this nondiscrimination clause.

The contractor or subcontractor, where applicable will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to age, race, creed, color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity or expression, disability, nationality or sex.

The contractor or subcontractor, where applicable, will send to each labor union or representative or workers with which it has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer advising the labor union or workers' representative of the contractor's commitments under this act and shall post copies of the notice in conspicuous places available to employees and applicants for employment.

The contractor or subcontractor, where applicable, agrees to comply with any regulations promulgated by the Treasurer pursuant to N.J.S.A. 10:5-31 et seq., as amended and supplemented from time to time and the Americans with Disabilities Act.

The contractor or subcontractor agrees to make good faith efforts to employ minority and women workers consistent with the applicable county employment goals established in accordance with N.J.A.C. l7:275.2, or a binding determination of the applicable county employment goals determined by the Division, pursuant to N.J.A.C. 17:27-5.2.

The contractor or subcontractor agrees to inform in writing its appropriate recruitment agencies including, but not limited to, employment agencies, placement bureaus, colleges, universities, labor unions, that it does not discriminate on the basis of age, creed, color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity or expression, disability, nationality or sex, and that it will discontinue the use of any recruitment agency which engages in direct or indirect discriminatory practices.

The contractor or subcontractor agrees to revise any of its testing procedures, if necessary, to assure that all personnel testing conforms with the principles of jobrelated testing, as established by the statutes and court decisions of the State of New Jersey and as established by applicable Federal law and applicable Federal court decisions.

In conforming with the applicable employment goals, the contractor or subcontractor agrees to review all procedures relating to transfer, upgrading, downgrading and layoff to ensure that all such actions are taken without regard to age, creed, color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity or expression, disability, nationality or sex, consistent with the statutes and court decisions of the State of New Jersey, and applicable Federal law and applicable Federal court decisions.

The contractor shall submit to the public agency, after notification of award but prior to execution of a goods and services contract, one of the following three documents:

Letter of Federal Affirmative Action Plan Approval

Certificate of Employee Information Report

Employee Information Report Form AA302

The contractor and its subcontractors shall furnish such reports or other documents to the Div. of Contract Compliance & EEO as may be requested by the office from time to time in order to carry out the purposes of these regulations, and public agencies shall furnish such information as may be requested by the Div. of Contract Compliance & EEO for conducting a compliance investigation pursuant to Subchapter 10 of the Administrative Code at N.J.A.C. 17:27.

4.  Americans with Disabilities Act of 1990

Discrimination on the basis of disability in contracting for the purchase of goods and services is prohibited. Bidders are required to read Americans with Disabilities language that is included below and agree that the provisions of Title II of the Act are made a part of the contract. The successful Proposer will be obligated to comply with the Act and to hold the owner harmless.

AMERICANS WITH DISABILITIES ACT OF 1990

Equal Opportunity for Individuals with Disability

The contractor and the CUMBERLAND COUNTY Improvement Authority, (hereafter “owner”) do hereby agree that the provisions of Title 11 of the Americans With Disabilities Act of 1990 (the "Act") (42 U.S.C. S121 01 et seq.), which prohibits discrimination on the basis of disability by public entities in all services, programs, and activities provided or made available by public entities, and the rules and regulations promulgated pursuant there unto, are made a part of this contract. In providing any aid, benefit, or service on behalf of the owner pursuant to this contract, the contractor agrees that the performance shall be in strict compliance with the Act. In the event that the contractor, its agents, servants, employees, or subcontractors violate or are alleged to have violated the Act during the performance of this contract, the contractor shall defend the owner in any action or administrative proceeding commenced pursuant to this Act. The contractor shall indemnify, protect, and save harmless the owner, its agents, servants, and employees from and against any and all suits, claims, losses, demands, or damages, of whatever kind or nature arising out of or claimed to arise out of the alleged violation. The contractor shall, at its own expense, appear, defend, and pay any and all charges for legal services and any and all costs and other expenses arising from such action or administrative proceeding or incurred in connection therewith. In any and all complaints brought pursuant to the owner’s grievance procedure, the contractor agrees to abide by any decision of the owner which is rendered pursuant to said grievance procedure. If any action or administrative proceeding results in an award of damages against the owner, or if the owner incurs any expense to cure a violation of the ADA which has been brought pursuant to its grievance procedure, the contractor shall satisfy and discharge the same at its own expense.