Active SLED Opportunity · WASHINGTON · CITY OF RIDGEFIELD

    Pioneer Street Slope Stabilization and Slide Alleviation

    Issued by City of Ridgefield
    cityRequest for QualificationCity of RidgefieldSol. 254296
    Open · 6d remaining
    DAYS TO CLOSE
    6
    due Apr 30, 2026
    PUBLISHED
    Apr 8, 2026
    Posting date
    JURISDICTION
    City of
    city
    NAICS CODE
    237310
    AI-classified industry

    AI Summary

    The City of Ridgefield seeks qualified firms for professional services to design and support construction for slope stabilization and slide mitigation on Pioneer Street. The project aims to improve stormwater drainage and prevent future slides impacting the roadway and environment. Submissions due April 29, 2026.

    Opportunity details

    Solicitation No.
    254296
    Type / RFx
    Request for Qualification
    Status
    open
    Level
    city
    Published Date
    April 8, 2026
    Due Date
    April 30, 2026
    NAICS Code
    237310AI guide
    Jurisdiction
    City of Ridgefield
    Agency
    City of Ridgefield

    Description

    The City of Ridgefield is seeking qualifications for P26004: Pioneer Street Slope Stabilization and Slide Alleviation to be received no later than Wednesday, April 29, 2026 at 4:00 p.m.

    The City of Ridgefield is seeking qualifications from highly qualified firms to provide professional services for the Pioneer Street Slope Stabilization and Slide Alleviation project. This phase includes design and construction support for slope stabilization and slide alleviation along Pioneer Street between S 30th Place and N Reiman Road. This project is intended to improve the stormwater drainage and explore/implement other means of conducting slide mitigation within this corridor.

    All work shall be completed by February 28, 2027.

    This project is funded by the Washington State Department of Commerce (DOC) through The Local Community Projects Program. In compliance with the contractual requirements of this funding, the City will require the selected Consultant to comply with all the terms, conditions, assurances, and certifications of the City's Funding Contract with the Department of Commerce as required by the Contract and the Agreement will be incorporated by reference into any Consultant agreement with the City.

    Request for Qualifications packets may be viewed and downloaded via the City’s e-Procurement Portal at https://procurement.opengov.com/portal/ridgefieldwa. Respondents are required to register for a free account via the City’s e-Procurement Portal hosted by OpenGov Procurement. Once respondent has completed registration, you will have access to download the Request for Qualifications and will receive addenda notifications to your email by clicking “Follow” on this project. Ultimately, it is sole responsibility of each respondent to periodically check the site for any addenda at https://procurement.opengov.com/portal/ridgefieldwa.

    All project or contract language specific questions, requests for substitutions or changes, or requests for clarification must be submitted via the City’s e-Procurement Portal, located at https://procurement.opengov.com/portal/ridgefieldwa by 4:00 p.m. on Monday, April 20, 2026. Incomplete or late inquiries may not be considered.

    Proposers will have the option of submitting their packets online via the City’s e-Procurement Portal hosted by OpenGov Procurement, by hand delivery, or United States Postal Service.

    If choosing to submit online, electronic submittals must be received by the City through the City’s e-Procurement Portal located at https://procurement.opengov.com/portal/ridgefieldwa no later than 4:00 PM (Pacific Time) Wednesday, April 29, 2026. This is the preferred method. Submittals received after the specified time will not be accepted. The City’s e-Procurement Portal Clock is the official clock for the determination of all deadline dates and times. Without exception, responses will not be accepted after the submittal deadline regardless of any technical difficulties such as poor internet connections. The city strongly recommends completing your response well ahead of the deadline. Submittals received by fax or E-mail will not be accepted.

    If the electronic submittal process is not an option, the City will also accept hand-delivered or mailed submittals that shall be placed in a sealed envelope that clearly states the name of the proposer, the date of the submittal opening, and the title “Pioneer Street Slope Stabilization and Slide Alleviation”. Hand-delivered submittals shall be delivered to Ridgefield Administrative and Civic Center (RACC) building, 510 Pioneer Street, Suite B, Ridgefield, Washington 98642. Submittals that are not received by proposal closing of 4:00 p.m. local time, Wednesday, April 29, 2026, will not be considered complete and will be forfeited.

    Submittals delivered via United States Postal Service shall be enclosed in another envelope that is addressed to the attention of the Procurement Coordinator, City of Ridgefield, P.O. Box 608, Ridgefield, Washington 98642. Mail to the City of Ridgefield is received by 10:00 a.m. each day. Proposers may call the Procurement Coordinator to verify receipt of their submittal. Submittals that are mailed and not received by proposal closing of 4:00 p.m. local time, Wednesday, April 29, 2026, will not be considered complete and will be forfeited.

    The City of Ridgefield is committed to providing equal opportunities to State of Washington-certified Minority, Disadvantaged, and Women's Business Enterprises in contracting activities.

    The City of Ridgefield, 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 contacting Melissa Irwin, Bids@ridgefieldwa.us or 360-857-3557.

    The City of Ridgefield 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.

    The City reserves the right to cancel this request or reject any and all Submittals or to waive any minor formalities of this call if the best interest of the City would be served.

    Background

    The City of Ridgefield, incorporated in 1909, is a rapidly growing community located in northern Clark County, Washington approximately 10 miles north of Vancouver, Washington. Over the next 20 years, the City of Ridgefield expects to grow to a population of over 20,000 persons with an employment base of over 13,000 jobs.

    Pioneer Street, formerly known as State Route 501, is the City’s main east-west connection between I-5 and downtown Ridgefield and the Port of Ridgefield waterfront. It serves as the City’s only continuous route connecting the City’s east side with central and downtown Ridgefield. The project area incorporates an approximate half-mile segment that has been the location of four recorded slides between 2006 and 2016, each resulting in road closures and hundreds of thousands of dollars to make repairs. During each occurrence, slide material moved toward the adjacent Gee Creek watershed, a fish bearing tributary that eventually outfalls to the Columbia River. As slide material enters the waterway, it carries with it the potential for substantial damage to the riparian habitat and several environmental impacts to water quality. Each slide repair has made an effort to restore the corridor to operational conditions, but little has been done to alleviate the potential for future slides.

    In 2023, the City retained Columbia West to complete an assessment of the “slide area” and identify the cost of a long-term solution to provide slope stability and greatly reduce future slides and runoff into Gee Creek. Repair costs for the previous slides, completed by Washington Department of Transportation, were estimated between $650,000 to $1.1 million to return the road to operational conditions. Columbia West has estimated the four (4) slide repairs to cost at least $4 million between 2006 and 2016. The Columbia West report indicated that without a major structural capital project, slides will continue to occur over time (See Geotechnical Report attachment).

    Project Details

    • Reference ID: P26004
    • Department: Public Works
    • Department Head: Chuck Green (PW Director)

    Important Dates

    • Questions Due: 2026-04-20T23:00:00.000Z

    Addenda

    • Addendum #1 (released 2026-04-22T19:03:11.215Z)

    Evaluation Criteria

    • Firm Profile (20 pts)

      This section is intended to familiarize the City with the proposing Consultant firms. Proposers shall include a brief profile of their firm(s). This profile should provide an overview of the firm’s expertise, its history, primary market area and the current availability of firm personnel to complete the proposed project. The selected Consultant must be able to demonstrate that the firm has the personnel available to complete the work. If the proposing firm uses a sub-Consultant, each participating firm should provide a firm profile.

    • Key Personnel (20 pts)

      As a part of this section, the proposer shall submit experience and certifications for all key personnel for this contract. This section should discuss how the project managers would consistently ensure high quality of work and their proven performance and experience in managing and delivering requirements on similar projects in an expedited process.

    • Recent Experience with Similar Projects (20 pts)

      This section of the submittal should contain brief descriptions of the Consultant’s recent and successful past performance on agreements with governmental entities and private industry for this type of work. For each project, the Consultant should provide a brief description of what services were provided and the outcome of the projects. In addition, the project manager, start and end dates (actual and planned), and the total dollar value (actual and planned) of each project should be provided.

    • Project Approach and Understanding of Project Needs (30 pts)

      The section shall include the approach to be taken with this project, including work to be conducted under each phase, overall schedule for this project meeting the required deadline, tactics used to collect needed information.

    • References (10 pts)

      Submittals must provide at least three (3) references for similar projects. References should also be recent (within the last 2 years) or current clients. References for sub-Consultants (if applicable) should be relevant to the proposed role of these services. Provide the name, title, organization, e-mail, and telephone number for each reference listed. The City may use its past experience with a firm in the reference evaluation.

    Submission Requirements

    • Proposal Documents (required)

      Please Upload your COMPLETE Proposal here. Do not include your fees or any cost proposal.

    • Washington State Dept. of Labor & Industries

      Please enter your Washington contractor license number.

    • Washington State Department of Revenue

      Please enter your Washington UBI#

    • Federal Tax ID

      Please enter your Federal Tax ID number.

    • Bidder Confirmation (required)

      The bidder, under penalty of perjury, hereby certifies that said person(s), firm, association, LLC, or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted.

      The undersigned declares that before preparing their bid, they read carefully the specifications and requirements for bidders and that their bid is made with the full knowledge of the kind, quality and quantity of services and equipment to be furnished, and their said bid is as stated on these pages. By confirmation, the Bidders acknowledges and agrees to the terms and conditions of each of the solicitation and is a person authorized to submit on behalf of your firm.

    • Proposal Documents
    • Bidder Questions (required)

      Bidder certifies they have read and thoroughly understand the Contract governing the work included in this improvement and the method by which payment will be made for said work and hereby propose to undertake and complete the work included in this improvement in accordance with said Contract.

    • City's Best Approximation of Work (required)

      The quantities and items of work represent the City’s best approximation of the work required to meet the objectives of the project. The City of Ridgefield reserves the right to reject any or all proposals if found to be higher than the estimated cost, or to contract for only one Schedule of the proposed work, and to waive any formality or technicality in any proposal in the interest of the City. The consultant shall be paid for work performed at the line item unit rates. The City is not responsible for restocking charges or for unused materials because of variations in quantities.

    Questions & Answers

    Q (No subject):

    A: We reviewed the recent RFQ posted for Design for Pioneer Street Slope Stabilization & Slide and have a quick question. If known, when is this project expected to go to bid for contractors and what is the expected start date for construction? Section 1.C - Timelines states "The City anticipates the 100% construction ready PS&E to be delivered, and ready to advertise, by February 28, 2027... Advertisement for construction in March 2027". Scheduling the selected consultant can anticipate a 5-week advertisement with 2 additional weeks of follow up for Bid Phase Services.


    Q (Key Staff Resumes): I have a quick clarification regarding the SOQ page limits. My understanding is that the submittal is limited to ten (10) double-sided pages (20 printed pages), plus up to four (4) additional pages for key staff resumes, for a total of 24 pages (excluding the cover sheet and optional graphics pages). With that in mind, would it be acceptable to include more than four key staff resumes, provided that the total submittal remains within that overall page limit? Thank you for your clarification.

    A: You may choose to use more than four (4) pages for key staff resumes in your submittal, as long as your entire submittal doesn't exceed the twenty-two (22) single-sided digital page limit, to include the 11x17 pages for graphics or exhibits.


    Q (RFQ Clarification – Project Schedule and Bid-Phase Support): The RFQ scope includes bid-phase assistance (responding to contractor questions and issuing addenda), and indicates that 100% construction-ready PS&E is due February 28, 2027, with all work to be completed by that same date. Based on the City’s anticipated construction timeline (advertisement in late 2027 or early 2028), can the City clarify whether bid-phase assistance and construction support are expected to occur after February 28, 2027? If so, how should those services be accounted for within the project schedule?

    A: Section 1.C - Timelines states "The City anticipates the 100% construction ready PS&E to be delivered, and ready to advertise, by February 28, 2027... Advertisement for construction in March 2027". Scheduling the selected consultant can anticipate a 5-week advertisement with 2 additional weeks of follow up for Bid Phase Services.


    Q (Surveying): For clarity, should we include surveying in our RFQ response?

    A: Survey should be included if the consultant believes it is necessary for this phase of the project.


    Q (Existing permits and need for new permits): For clarity, is cultural/archaeologist needed on the project? Also, is a biological expert needed to process permits?

    A: How the consultant determines cultural/archaeological clearances, and requirements for monitoring during construction (if necessary), should be included in the RFQ. Additionally, if the permit(s) requires, determination of a biological expert for permitting may be considered if the consultant believes it will be necessary.


    Key dates

    1. April 8, 2026Published
    2. April 30, 2026Responses Due

    AI classification tags

    Frequently asked questions

    SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.