Skip to content
City of West Fargo

Request for Proposals - City Project No. 9021 West Fargo Redundant Master Lift Station

Solicitation: Not available
Notice ID: 1ebfba161b49aca2f3d50a418a9620d0
DepartmentCity of West FargoStateNDPostedMar 01, 2026, 12:00 AM UTCDueMay 02, 2025, 05:00 AM UTCExpired

Federal opportunity from City of West Fargo. Place of performance: ND. Response deadline: May 02, 2025.

Market snapshot

Baseline awarded-market signal across all contracting (sample of 400 recent awards; refreshed periodically).

12-month awarded value
$69,940,403,012
Sector total $69,940,403,012 • Share 100.0%
Live
Median
$350,000
P10–P90
$29,356$12,502,188
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
100.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($69,940,403,012)
Deal sizing
$350,000 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on official portal →
Map for ND
Live POP
Place of performance
West Fargo, ND
State: ND
Contracting office
Not listed

Incumbent & Expiration Tracking

Incumbent
Not available
Data source
Not detected
Contract expiration
Not available
No expiration data
Capture records and source attachments to track incumbent rollover timing.

Competitive Heat Score

Bid pressure estimate
26/100
Low

Lower direct competition signal relative to other notices.

  • Deadline status: Notice is already expired.
  • Competition pool: Open competition (no set-aside detected).

Point of Contact

Not available

Agency & Office

Department
City of West Fargo
Agency
Not available
Subagency
Not available
Office
Purchasing
Contracting Office Address
Not available

Description

Bid Postings • Request for Proposals - City Project No. 9021 Skip to Main Content Create a Website Account - Manage notification subscriptions, save form progress and more. Website Sign In City Government & Departments Resident Services Business & Development About West Fargo Fire Police Library Public Works Economic Development /QuickLinks.aspx Search Home Bid Postings Print Sign up to receive a text message or email when new bids are added! Print Bid Title: Request for Proposals - City Project No. 9021 West Fargo Redundant Master Lift Station Category: City of West Fargo RFP Status: Closed Description: PROJECT OVERVIEW The City of West Fargo is requesting proposals from qualified consultants to provide engineering services for the project below.. The objective of this study is to provide preliminary design of a redundant master lift station to supplement and provide redundancy to existing sanitary lift station SA-40 which is the main lift station pumping all sewage from West Fargo to Fargo. By providing this it lessens the risk of back up into the existing system which could cause damage to existing homes and infrastructure. Examples of how the new lift station can provide redundancy could be tying the proposed lift station to SA-40, redirecting flows and to handle future additional sewage from West Fargo’s future growth area. City Project No. 9021 West Fargo Redundant Master Lift Station SCOPE OF WORK The City of West Fargo intends to execute one cost plus fixed fee contract with the selected firm to complete the Scoping Phase (Phase I of III. The City intends to assign work to the selected firm through negotiated contracts for each phase described below. Tasks and/or work hours may be added or removed from the contract by authorized changes or supplements to established agreements. PROJECT DESCRIPTION AND LIMITS This project consists of a study of the design and construction of a future master redundant lift station to be located in the northwest section of West Fargo and will include the preliminary design of the lift station, BRIC grant application and pre-award work. The consultant will be responsible for scoping (Phase I), preliminary design technical memo entitled Basis of Design Report and funding application for the next phase of the project. Basis of Design report to be drafted which will achieve approximately 10% of the engineering design (Phase II), and pre-award work which includes all work that accompanies the grant application including the associated technical and financial analysis that supports the BRIC grant application (Phase III). Phase I – Scoping Phase Scoping Phase shall be limited to conducting a minimum of two (2) review meetings with designated city staff to discuss the scope of work needed to complete a technical memorandum and funding application for the next phase of the project. In this phase, the Consultant will review the city’s existing sanitary sewer system including connections to and agreements with the City of Fargo become familiar with the city’s extraterritorial boundaries, all of which will be information used to produce a technical memo and funding application. The firm will have 30 days to complete Phase I unless the scoping contract is amended otherwise. Pending approval of the scope of work and hours established with the scoping phase, the City may authorize the selected firm to perform Phase II and/or other work not already assigned. Phase II – Basis of Design Report Phase This phase will consist of taking the work determined in the Scoping phase and completing a Basis of Design Report. Preliminarily this report will analyze the city’s existing sanitary system and growth area to predict flows that would be ultimately pumped by the redundant lift station, analyze if there is opportunity to split flows to redirect sewage from the existing sanitary lift station SA-40 to the redundant lift station, make a connection between the lift stations and other work identified. These elements will cover civil site, sewer, civil process, structural, architectural, mechanical and electrical work for the redundant lift station as well as an opinion of probable cost. It is anticipated that the Basis of Design Report will achieve approximately 10% of the engineering design of the project. The firm will have 120 days to complete Phase II unless the Basis of Design Report contract is amended otherwise. Pending approval of the scope of work and hours established with the Basis of Design Report phase, the City may authorize the selected firm to perform Phase III and/or other work not already assigned. Phase III – Pre-Award Work Phase Phase III shall include all work necessary to prepare the Technical Memorandum that accompanies the grant application and the associated technical and financial analysis that supports the application for a BRIC grant. No proposal will be accepted from, nor will a subcontract be awarded to, any respondent who is in arrears to the City, upon any debt or contact; who is in default, as surety or otherwise, upon any obligation to the City; or who is deemed to be irresponsible or unreliable by the City. All design and project data will become the property of the City upon completion of the final submittal. All project information will be generated in the following formats and standards: • MS Word and MS Excel • AutoCAD (current version) • NDDOT CADD Manual • Microsoft “Project” • NDDOT Design Manual and Plan Preparation Guide Website • NDDOT Right of Way Manual • Adobe Acrobat (standard or compatible) • Sanitary sewer modeling • GIS data created As well as any required City of West Fargo standards. City Provided Data for Phase I and Phase II • Record plans and studies of any past projects that the City has completed • Digital imagery available • Digital plat and parcel base maps • Municipal infrastructure information - paving, underground utilities (sewer, water, and storm) street lights, etc. • LiDAR/DEM to 1" = 100' National Map Accuracy Standards. 2020 captured. RFP SCHEDULE Proposal Submission Date: May 2, 2025 Consultant Interviews (if necessary): Week of May 5, 2025 Consultant Selection: May 19, 2025 Consultant Negotiation/Notice to Proceed: May 20, 2025 SUBMISSION REQUIREMENTS A qualified submittal shall include a cover letter, proposal (not to exceed 10 pages) and the appendices as listed below. The cover letter must be signed by an officer having the authority to sign contracts for the submitting firm. The officer’s name, title and email address shall be printed below the signature line of the cover letter. The proposal should effectively convey the submitters understanding, approach, and process for this project and how they’re best suited to help the city achieve a successful project. Submittals will be discarded if the proposal section exceeds 10 pages (not including the cover letter and appendices). Include the following appendices: Appendix A: A schedule for the project. If accepted the schedule will be included as part of the contract. Appendix B: A staffing plan identifying the key project personnel (including titles, education, and work experience) and the respective roles and responsibilities for the project. Appendix C: Sub-consultants and associated activities to be completed by the sub-consultants. Appendix D: Separate “sealed” cost proposal for scoping phase. Cost proposal for Phase II will be developed during scoping phase. EVALUATION AND SELECTION PROCESS Firms interested in performing the work must submit one electronic copy in PDF format. The electronic copy must be submitted prior to the date and time listed on the cover of this RFP. Submittals that are late and/or don’t meet the instructions of this advertisement, will NOT be evaluated, and therefore returned to the submitter. Submittals shall be addressed to: Daniel R. Hanson City Engineer 2515 6th St. E. West Fargo, ND 58078 The submittal must clearly identify the primary consulting firm and include the following label: City of West Fargo RFP – Engineering Services for West Fargo Redundant Master Lift Station Evaluation Criteria The Selection Committee will evaluate and validate all qualifying proposals. The evaluation process will permit the Selection Committee to identify the submittal that best meets the needs of the City. If needed, interviews will be conducted to further evaluate firms. The City reserves the right to limit interviews to teams whose submittal most clearly meet the intent and requirements of this RFP. The evaluation will be based on the following weighted criteria: 20% Project understanding, approach, and process Identification of tasks, services necessary and deliverables Work plan to streamline process and achieve success 20% Knowledge of the City of West Fargo’s sanitary sewer system 20% Ability of team and key personnel 20% Recent, current and projected workloads of the persons and/or firms 10% Related experience on similar projects 10% Related experience in the submittal of BRIC and/or Pre-Disaster Mitigation grants Selection Committee The Selection Committee tentatively includes the following representatives: Dustin Scott, City Administrator Dan Hanson, City Engineer Jerry Wallace, Assistant City Engineer Brian Matzke, Public Works Operations Manager Dane Pranke, Public Works Sewer Foreman RIGHT OF REJECTION The City of West Fargo reserves the right to accept any proposal submittal received, to reject any or all proposal submittals, in whole or in part, to waive irregularities and/or formalities as deemed appropriate, to request clarification of any proposal submittal, and to negotiate with the preferred firm to provide the requested services. If contract negotiations with the preferred firm are at an impasse, the City reserves the right to engage subsequent firms to negotiate a contract to provide the requested services. QUESTIONS AND ANSWERS All questions related to this Request for Proposal must be submitted by email to Dan Hanson ( ). City staff will n

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.