CITY OF AUBURN REQUEST FOR PROPOSALS (RFP)
CITY OF AUBURN REQUEST FOR...
CITY OF AUBURN
REQUEST FOR PROPOSALS (RFP)
Project CP2304 - West Main Street Pump Station Upgrade
Proposals Due: May 8, 2026 at 4:00PM
The City of Auburn is soliciting Proposals from qualified consulting teams to provide professional services for the design, survey, additional hydraulic modeling (if necessary), additional geotechnical evaluation and recommendations (if necessary), environmental permitting and approvals, cultural & historical review, and potentially right of way and construction support for the West Main Street Pump Station Upgrade, CP2304.
The City's estimate of the contract associated with this RFP ranges from $350,000 to $450,000, excluding future phases and optional work.
One electronic copy (PDF) of the Proposal Package shall be emailed to smoyer@auburnwa.gov on or before 4:00 pm, Friday, May 8, 2026 with a subject line "Proposal - West Main Street Pump Station Upgrade, CP2304". Questions regarding this solicitation should be directed to Shelbi Moyer, Project Engineer, by email only at smoyer@auburnwa.gov.
Additional information related to this RFP may be posted to the City's website no later than
April 24, 2026. Prospective consulting teams should check the City's website for any additional posted information at http://www.auburnwa.gov/bids.
For guidance on proposal content and the criteria used for consultant selection and evaluation, refer to the section below titled Selection Process and Evaluation Criteria. Although the use of subconsultants is recognized as being necessary for a multidiscipline project, the City's preference is for the lead consultant to have the majority of the work performed in-house.
PROJECT DESCRIPTION
The purpose of this project is to replace the existing West Main Street Stormwater Pump Station. The project is located near 1408 W Main Street, in the right-of-way. It was constructed in 2008 and comprises of one pump intended to dewater the gravity pipe flowing on the south side of Old West Main Street to protect local businesses from flooding. This project supports the City's goals of meeting level of service standards at city storm pump station sites and specifically addresses reducing frequent localized flooding that occurs at the West Main Street Stormwater Pump Station when there are high water levels in the WSDOT roadside ditches the pump station discharges to, which has connectivity to Mill Creek. The design of the new pump station will be aligned with the planning level design that was prepared under the preferred Alternative No. 6 (aka Alt 1.1), as outlined in the Technical Memorandum with subject West Main Street Stormwater Pump Station Alternatives Evaluation. The new facility will include two discharge systems. A low-flow discharge will convey water to the ditch and wetland area along the overpass slope, between the overpass and the spur. A separate high-flow discharge will be installed using underground directional drilling, extending north into the Auburn Environmental Park.
The project's scope consists of preparing contract documents (plans, special provisions and an Engineer's estimate) and reports for:
- Removal of the existing West Main Street Stormwater Pump Station, pumps, and associated mechanical equipment, piping and electrical control components;
- Construction of a new West Main Street Stormwater Pump Station (Pump Station), including a structural building, variable frequency drives (VFDs) and mechanical seals;
- Pump Station pumps shall be sized appropriately to accommodate current and future demands;
- Installation of generator, which shall be sized appropriately to meet the power demands for the pump station.
- Installation of a new production meter;
- Removal/replacement and installation of underground stormwater main.
The entire project is located in the right-of-way and City of Auburn Parks and Recreation Department owned property. Funding is provided by the City of Auburn Stormwater Utility. The total estimated cost of the project is $4,280,000. Project design is anticipated start in July 2028 and be complete by January 2028.
SCOPE OF WORK
The design contract will include project management, geotechnical evaluation (if necessary), survey (if necessary), environmental approvals and permitting, cultural and historical survey, preparation of contract plans, specifications, and engineering estimates, and bidding/construction assistance. The project deliverables include:
A Project Schedule;
Contract documents, including Special Provisions, an Engineer's Cost Estimate and Contract Plans for 30%, 60%, 90%, and final documents; and
Technical information as required to assist the City by preparing the SEPA checklist and assisting with other permitting applications.
SELECTION PROCESS AND EVALUATION CRITERIA
Each proposal is limited to a maximum of 10 numbered letter sized pages of content (excluding only the cover and any dividers) (minimum font size 10 Arial) and should address each criteria element listed below. A committee of City personnel will evaluate and rate the proposals on the following criteria, weighted as indicated:
1. Project Team Qualifications (30%)
Identify the Project Team (those who will be actively working on this project). Include an organizational chart and identify any sub-consultants. Discuss the proposed Project Team's expertise and experience with 3 similar projects within the last 5 years. Please include the following information for each project:
a. Project name and location
b. A brief description of the project
c. Provide the total project costs
d. Project Team Member roles in the project
e. A project reference and contact phone number
2. Important Issues (20%)
List and briefly describe a minimum of three of the most important issues or considerations for this project and identify the attributes and/or experiences that may set your team apart or make it particularly well-suited to address the issues.
3. Lessons Learned (20%)
Describe specific lessons learned by your firm/team regarding similar projects and what those lessons learned taught the team.
4. Project Approach and Project Schedule (20%)
Discuss how the Project Team will meet the proposed schedule shown in the Project Description section above. Describe your team's general approach towards schedule management and availability of the team members.
5. Quality Assurance / Quality Control Plan (5%)
Describe your firm's process/procedures for providing quality assurance/quality control throughout the life of the project.
6. Revisions to Consultant Agreement Template (5%)
The City's template consultant agreement are included in the supplemental RFP documents. Provide any requested additions, deletions, or revisions you may request to this document if you were awarded this contract. Please note that modifications to the City's consultant agreement template are generally discouraged.
Following the evaluation of the Proposals, the City will interview up to 3 of the prospective consultants. Those firms selected for interview will have the opportunity to present their past experience with similar projects and overall project approach.
SELECTION SCHEDULE
The City's proposed schedule for Consultant selection, subject to change, is as follows:
Issue Request for Proposals April 14, 2026
Deadline for Submittal of Proposals May 8, 2026 @ 4:00 pm
Preliminary Selection of Firms May 15, 2026
Notify Firms Chosen for Interviews May 19, 2026
Consultant Interviews Week of May 25, 2026
Final Selection of Design Firm May 29, 2026
Execution of Consultant Agreement July 2026
Design Start July 2026
Advertise for Construction Bids January 2028
Construction Start March 2028
TERMS AND CONDITIONS
The City of Auburn reserves the right to reject any and all Proposals and to waive irregularities and informalities in the submittal and evaluation process. This solicitation for Consultant Services does not obligate the City of Auburn to pay any costs incurred by respondents in the preparation and submission of a Proposal. This solicitation does not obligate the City of Auburn to accept or contract for any expressed or implied services. Furthermore, the City of Auburn reserves the right to award the contract to the next most qualified Consultant if the selected Consultant does not execute a contract within thirty 30 days after the award of the proposal.
The City of Auburn in accordance with Section 504 of the Rehabilitation Act (Section 504) and the Americans with Disabilities Act (ADA), commits to nondiscrimination on the basis of disability, in all of its programs and activities. This material can be made available in an alternate format by calling 253-931-3010.
The City of Auburn, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 U.S.C. §§ 2000d to 2000d-4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award.
Dates of publication in the Seattle Daily Journal of Commerce, April 14, 2026 and April 21, 2026
Dates of publication in the Seattle Times, April 14, 2026 and April 21, 2026
CITY OF AUBURN
REQUEST FOR PROPOSALS (RFP)
Project CP2304 - West Main Street Pump Station Upgrade
Proposals Due: May 8, 2026 at 4:00PM
The City of Auburn is soliciting Proposals from qualified consulting teams to provide professional services for the design, survey, additional hydraulic modeling (if necessary), additional geotechnical evaluation and recommendations (if necessary), environmental permitting and approvals, cultural & historical review, and potentially right of way and construction support for the West Main Street Pump Station Upgrade, CP2304.
The City's estimate of the contract associated with this RFP ranges from $350,000 to $450,000, excluding future phases and optional work.
One electronic copy (PDF) of the Proposal Package shall be emailed to smoyer@auburnwa.gov on or before 4:00 pm, Friday, May 8, 2026 with a subject line "Proposal - West Main Street Pump Station Upgrade, CP2304". Questions regarding this solicitation should be directed to Shelbi Moyer, Project Engineer, by email only at smoyer@auburnwa.gov.
Additional information related to this RFP may be posted to the City's website no later than
April 24, 2026. Prospective consulting teams should check the City's website for any additional posted information at http://www.auburnwa.gov/bids.
For guidance on proposal content and the criteria used for consultant selection and evaluation, refer to the section below titled Selection Process and Evaluation Criteria. Although the use of subconsultants is recognized as being necessary for a multidiscipline project, the City's preference is for the lead consultant to have the majority of the work performed in-house.
PROJECT DESCRIPTION
The purpose of this project is to replace the existing West Main Street Stormwater Pump Station. The project is located near 1408 W Main Street, in the right-of-way. It was constructed in 2008 and comprises of one pump intended to dewater the gravity pipe flowing on the south side of Old West Main Street to protect local businesses from flooding. This project supports the City's goals of meeting level of service standards at city storm pump station sites and specifically addresses reducing frequent localized flooding that occurs at the West Main Street Stormwater Pump Station when there are high water levels in the WSDOT roadside ditches the pump station discharges to, which has connectivity to Mill Creek. The design of the new pump station will be aligned with the planning level design that was prepared under the preferred Alternative No. 6 (aka Alt 1.1), as outlined in the Technical Memorandum with subject West Main Street Stormwater Pump Station Alternatives Evaluation. The new facility will include two discharge systems. A low-flow discharge will convey water to the ditch and wetland area along the overpass slope, between the overpass and the spur. A separate high-flow discharge will be installed using underground directional drilling, extending north into the Auburn Environmental Park.
The project's scope consists of preparing contract documents (plans, special provisions and an Engineer's estimate) and reports for:
- Removal of the existing West Main Street Stormwater Pump Station, pumps, and associated mechanical equipment, piping and electrical control components;
- Construction of a new West Main Street Stormwater Pump Station (Pump Station), including a structural building, variable frequency drives (VFDs) and mechanical seals;
- Pump Station pumps shall be sized appropriately to accommodate current and future demands;
- Installation of generator, which shall be sized appropriately to meet the power demands for the pump station.
- Installation of a new production meter;
- Removal/replacement and installation of underground stormwater main.
The entire project is located in the right-of-way and City of Auburn Parks and Recreation Department owned property. Funding is provided by the City of Auburn Stormwater Utility. The total estimated cost of the project is $4,280,000. Project design is anticipated start in July 2028 and be complete by January 2028.
SCOPE OF WORK
The design contract will include project management, geotechnical evaluation (if necessary), survey (if necessary), environmental approvals and permitting, cultural and historical survey, preparation of contract plans, specifications, and engineering estimates, and bidding/construction assistance. The project deliverables include:
A Project Schedule;
Contract documents, including Special Provisions, an Engineer's Cost Estimate and Contract Plans for 30%, 60%, 90%, and final documents; and
Technical information as required to assist the City by preparing the SEPA checklist and assisting with other permitting applications.
SELECTION PROCESS AND EVALUATION CRITERIA
Each proposal is limited to a maximum of 10 numbered letter sized pages of content (excluding only the cover and any dividers) (minimum font size 10 Arial) and should address each criteria element listed below. A committee of City personnel will evaluate and rate the proposals on the following criteria, weighted as indicated:
1. Project Team Qualifications (30%)
Identify the Project Team (those who will be actively working on this project). Include an organizational chart and identify any sub-consultants. Discuss the proposed Project Team's expertise and experience with 3 similar projects within the last 5 years. Please include the following information for each project:
a. Project name and location
b. A brief description of the project
c. Provide the total project costs
d. Project Team Member roles in the project
e. A project reference and contact phone number
2. Important Issues (20%)
List and briefly describe a minimum of three of the most important issues or considerations for this project and identify the attributes and/or experiences that may set your team apart or make it particularly well-suited to address the issues.
3. Lessons Learned (20%)
Describe specific lessons learned by your firm/team regarding similar projects and what those lessons learned taught the team.
4. Project Approach and Project Schedule (20%)
Discuss how the Project Team will meet the proposed schedule shown in the Project Description section above. Describe your team's general approach towards schedule management and availability of the team members.
5. Quality Assurance / Quality Control Plan (5%)
Describe your firm's process/procedures for providing quality assurance/quality control throughout the life of the project.
6. Revisions to Consultant Agreement Template (5%)
The City's template consultant agreement are included in the supplemental RFP documents. Provide any requested additions, deletions, or revisions you may request to this document if you were awarded this contract. Please note that modifications to the City's consultant agreement template are generally discouraged.
Following the evaluation of the Proposals, the City will interview up to 3 of the prospective consultants. Those firms selected for interview will have the opportunity to present their past experience with similar projects and overall project approach.
SELECTION SCHEDULE
The City's proposed schedule for Consultant selection, subject to change, is as follows:
Issue Request for Proposals April 14, 2026
Deadline for Submittal of Proposals May 8, 2026 @ 4:00 pm
Preliminary Selection of Firms May 15, 2026
Notify Firms Chosen for Interviews May 19, 2026
Consultant Interviews Week of May 25, 2026
Final Selection of Design Firm May 29, 2026
Execution of Consultant Agreement July 2026
Design Start July 2026
Advertise for Construction Bids January 2028
Construction Start March 2028
TERMS AND CONDITIONS
The City of Auburn reserves the right to reject any and all Proposals and to waive irregularities and informalities in the submittal and evaluation process. This solicitation for Consultant Services does not obligate the City of Auburn to pay any costs incurred by respondents in the preparation and submission of a Proposal. This solicitation does not obligate the City of Auburn to accept or contract for any expressed or implied services. Furthermore, the City of Auburn reserves the right to award the contract to the next most qualified Consultant if the selected Consultant does not execute a contract within thirty 30 days after the award of the proposal.
The City of Auburn in accordance with Section 504 of the Rehabilitation Act (Section 504) and the Americans with Disabilities Act (ADA), commits to nondiscrimination on the basis of disability, in all of its programs and activities. This material can be made available in an alternate format by calling 253-931-3010.
The City of Auburn, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 U.S.C. §§ 2000d to 2000d-4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award.
Dates of publication in the Seattle Daily Journal of Commerce, April 14, 2026 and April 21, 2026
Dates of publication in the Seattle Times, April 14, 2026 and April 21, 2026
Posted Online 11 hours ago