DESIGN SERVICES FOR GREEN WASTE/BIOSOLIDS COMPOST PAD EXPANSION

Agency: City of Logan
State: Utah
Level of Government: State & Local
Category:
  • C - Architect and Engineering Services - Construction
  • S - Utilities and Training Services
Opps ID: NBD17619089655723783
Posted Date: Feb 14, 2024
Due Date: Mar 4, 2024
Source: Members Only

DESIGN SERVICES FOR GREEN WASTE/BIOSOLIDS COMPOST PAD EXPANSION

Attachment Preview

Request for Proposal
Design Services for
Green Waste/Biosolids Compost Pad
Expansion at 2445 West 200 North
February 1, 2024
Background & Overview
Logan City currently operates two green waste composting sites, and desires to expand the compost pad
adjacent to the Logan Regional Wastewater Treatment Facility (LRWWTF) to consolidate operations at this
location in the future. The city receives approximately 18,000 tons of green annually at the green waste
location adjacent to the landfill. Processed green waste is mixed with biosolids from the LRWWTF to create
Class A biosolid compost. The wastewater treatment facility produces up to 50 wet tons of biosolids per day.
In 2020 Logan City with the help of JUB Engineers evaluated various disposal alternatives for biosolids and
selected composting combined with green waste as the most cost-effective disposal of biosolids with a
beneficial reuse. The aerated static pile method of composting was selected as the preferred method. Due to
budgetary constraints and location challenges the plan under this RFP is to seek a consulting firm who will
design a compost facility utilizing the windrow method of composting with accommodations for future
aeration. After an extensive effort to locate the biosolid compost pad the location adjacent to the LRWWFT
was selected. In 2022 a 5-acre pad was constructed. The city’s goal is to expands the composting operation
at this location.
Compost Pad
The design will include preparation of construction drawings and specifications in accordance with Logan
City, design standards. The design should include all plan and profile views with elevations of pad grading,
stormwater run-off controls including inlets and piping and pump systems, piping of the cow pasture canal
through the site. The consultant is expected to work with Logan City Staff on the layout of the pad to utilize
existing equipment (i.e., screen, grinder, windrow turner) to maximize efficiency and to allow for safe traffic
patterns for public drop off and sales. Windrow and stockpile locations should be considered with pad
grading to ensure material locations do not interfere with drainage. Consultant should identify any permits
required and include those items in the scope of work.
SR 30 Access to Site
Consultant shall design an access from SR-30 to the new plant that utilizes the current access at the Logan
Regional Wastewater Treatment Facility and expand it to the east connecting to compost pad. Design should
allow for public access to compost pad while restricting access to WWTF. Access shall be sized to
accommodate heavy truck traffic and large equipment. Layout of the road should include consideration of
scale house location and queue length of cars waiting at the scale.
1 of 17
Utilities
A utility corridor for the WWTF runs along the north edge of the existing pad. Design will include tie into
the existing utility corridor for proposed improvements including the compost aeration system and new
buildings. Plan and profile view should detail connection to existing utilities. Consultant should identify
any long lead items and propose alternate procurement methods to avoid project delay.
Equipment Garage / Barn
Design shall include a building for equipment storage and provisions for future scale house and scale.
Equipment to be housed at the compost facility includes 3 large loaders, horizontal grinder, trommel screen,
windrow turner, and small loader. It is anticipated one building will be able to house equipment, electrical
room for aeration system, and scale house operations. Consultant shall provide pricing and
recommendations for construction material type. Building architecture, vegetative screening and
landscaping around the building shall enhance the view from SR-30 as motorist enter Logan.
Scope of Work
Phase I Design
Task 1 Preliminary Design
Survey proposed location, and SR-30 access. Verify locations of utilities and needed tie ins.
Design and size storm water pump station. Pump station to be sized large enough to accommodate
existing and current expansion.
Coordinate design and pad layout with Logan City.
Provide any estimated cost for the project at the 30%, 60%, 90%, and 100% design levels: Rough
Order of Magnitude (ROM).
Meet with Logan City to discuss review comments.
Task 2 Prepare Concept Plan
Prepare a 30% design concept including access road building placement and layout of compost
rows and material handling area.
Prepare concept renderings of building and landscaping.
Task 3- Prepare Design Drawings and Specifications
Prepare a full design including drawings, plans, and specifications for the entire project
improvement including utilities. The consultant should be prepared to meet all APWA Standards
and Specifications as amended by Logan City, and to take the project through design and permit
approval processes from all applicable agencies.
Prepare an erosion and sediment control plan in accordance with the Cache Valley Storm Water
Design Standards as amended by Logan City.
Prepare designs for stormwater pump system created from the additional impervious surface(s)
resulting from the project.
2 of 17
Coordinate final design with adjacent canal company and or irrigation water users addressing
impacts to existing piping and waterways. Ensure irrigation service during construction to impacted
properties with water shares.
60% and 90% percent electronic review documents shall be provided to Logan City, accompanied
with associated Opinions of Probable Cost of construction. Logan City will be allowed two (2)
weeks for each review. Additional review copies for other agencies shall also be provided. The
90% drawings are to be 100 % complete with the only necessary modifications being the final
comments by the reviewing agencies.
Provide to the City, 100% design documents, drawings, specifications, bidding documents and an
Engineering Estimate consistent with Logan City bidding procedures.
Bid documents shall comply with all Cache County Council of Government requirements and
specifications.
All cost estimates shall include a total project cost, as well as costs listed by CCCOG eligibility.
During the design phase identify any long lead materials and create a procurement plan for these
items. This may include City procurement prior to project bidding. Adjust design as possible to
accommodate and limit long lead items.
Generate a preliminary construction schedule highlighting critical path items and key deadlines that
must be met including long lead items and suggested procurement strategies.
Phase II - Bidding
Prepare Bidding Packages
Prepare bid packages including design and bidding documents, drawings and specifications, and
Engineers Estimate, consistent with Logan City bidding procedures.
Assist in the bidding process and recommend award of the project to a contractor.
Conduct one mandatory pre-bid meeting with interested parties at a Logan City provided facility.
Answer questions and prepare addenda as needed during the bid process. All questions and responses
will be in writing and will be submitted to the City, to be posted to the Logan City Finance web page.
Maintain documentation of all meetings, correspondence, requests, etc.
Prepare and document all bid amendments, changes, and modifications.
Phase III Construction Services
Construction Inspection and Management
Logan City reserves the right to extend the contract to include Phase III Construction Inspection and
Management determined upon negotiations with consultant. If the City chooses to extend the contract, scope
and fees for Phase III will be discussed at that time. Construction may be over two construction seasons with
a winter shutdown and demobilization of the contractor.
Schedule
It is expected to have a design firm selected and contracted by mid-March 2024. The 30% design shall be
completed by May 2024, the 60% design shall be completed by July 2024, and the final design shall be
completed by August 2024. Phase I and II of the design processes is to be completed by August 2024. It is
expected that the proposing firms will be able to demonstrate in their proposal a schedule that will allow for
3 of 17
the work to be bid by no later than August 31, 2024. The schedule must reflect the elements defined by the
proposing firms in the Scope of Work and be of sufficient detail to show critical path items and all
construction ready to be started by September 2024 at the latest.
Project Deliverables
A PDF copy of the 30, 60, and 90 percent review documents shall be provided to the City. The City will be
allowed two (2) weeks for each review. A hard copy, and a PDF copy of the 100 percent final documents
shall be provided to the City.
The final design documents will also be submitted in the native file formats. The native formats must be
compatible with City standard software (Civil 3D version 2021 or later), or the necessary licensed software
must be provided. All necessary permits and approvals shall be obtained by consultant and be submitted
with the final documents to the City. Permit fees will be paid by the City.
All design files, calculations, studies, reports, and other relevant documents will be provided to the City as
part of the final submittals. Drawings shall be tested and demonstrated that they are fully operational for
future evaluations or modifications by the City Engineering staff.
The final submittals must be submitted in a final PDF format that is print-ready and reproducible. This
information should be adequate for posting on the internet. All documents to be included with the bidding
package shall be submitted on CD or other mass storage device to allow for easy reproduction of the bidding
documents. Additional copies for the necessary state agencies shall also be provided.
Proposal Requirements
Each proposal must include the following: Qualifications of firm proposing on the project including
at least three specific similar sample projects that show experience working with compost projects.
Each project listed must include the following information:
o Key Personnel proposed for this project who worked on similar projects, and what their role
in the project was.
o Scope of the project.
o Description of the project emphasizing elements related to this project.
o Project client reference who was involved with the project.
Qualifications of each individual proposed for this project. Proposed individuals are required to be
part of the project team. Substitutions must be approved in writing by the City. Each individual listed
must include the following information:
o Name, education, and years of experience.
o Experience on projects of this type doing the proposed duties assigned with this project.
o List of projects this staff member completed similar to this project.
Detailed approach and methodology including scope for performing the project for all tasks of
Phases I-II. The tasks must clearly define goals and objectives expected. While Logan City has
expectations, it is the engineering firms responsibility in the process to provide a detailed approach
and methodology that demonstrates their experience and knowledge of the project. Proposed
alternative design delivery method(s), if applicable, outlining the firms recommended approach and
their experience with said method.
4 of 17
Detailed schedule highlighting key objectives, milestones, interaction between tasks with the
appropriate lead and lag times, and areas requiring input from the city, state, and federal agencies.
Schedule of proposed fees to complete Phases I and II of the project. Staff tasks and hours for each
task should be detailed. Fees should be submitted in a separate sealed envelope. The proposal should
also identify any special services to be provided by resources outside of your firm and the cost of
such services including performance of the SUE, and right-of-way services. The cost associated with
construction consultant or other alternate bidding approaches is not required at this time.
Appendix A: Resumes of project staff, not to exceed two pages per individual, in alphabetical order.
(Resumes are not included in page count.)
Appendix B: Proof of ability to comply with required insurances (not included in page count). The
insurance requirements are included as Exhibit A to this Request for Qualifications.
Appendix C: Acceptance of or requested changes to the Standard Professional Services Agreement
included as Exhibit B (not included in page count).
Appendix D: Claim of Business Confidentiality (not included in page count).
The Government Records Access and Management act (GRAMA), Utah Code Ann., Subsection 63G-2-
305, provides in part that certain records are protected if properly classified. Proposers are responsible
for determining which pages, if any, should be classified as protected under a Claim of Business
Confidentiality. (Not included in page count.)
To protect information under a Claim of Business Confidentiality, the Proposer must:
1) Provide a written Claim of Business Confidentiality at the time the proposal is provided
to Logan City; and
2) Include a concise statement of reasons supporting the Claim of Business Confidentiality
(Subsection 63G-2-305). See Exhibit C.
To ensure the information is properly protected, the City asks the Proposer to clearly identify in the
body of the proposal (by clearly marking the applicable pages as confidential) any specific
information for which a Proposer claims business confidentiality protection as “PROTECTED”. If no
statement is provided, it is assumed that the information is not protected.
Proposal Format
Proposals shall contain the required information discussed above, in the order listed, not exceeding ten (10)
pages in length (not including the Appendix). Additionally, no more than two of the 10 pages may exceed
standard letter size (8.5 x 11) with a maximum page size of 11 x 17. Font shall be no smaller than 11 pt. A
single page cover letter may be submitted at the discretion of the proposing firm (cover letter will not be
included in maximum page count). Tabs not containing additional text are allowed and will not be included
in page count.
Submittal Requirements
The City reserves the right to delay or deny approval of the work if it is determined in the City’s best interest
to do so.
5 of 17
This is the opportunity summary page. You are currently viewing an overview of this opportunity and a preview of the attached documentation. For more information, please visit the Publication URL Web page.

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >