General Contractor for Housing Authority of Skagit County
Request for Proposals
General Contractor
Farmview Family Housing
Burlington, WA
The Housing Authority of Skagit County (Owner) and their consultant, Office of Rural and Farmworker Housing (ORFH) are seeking proposals of licensed and bonded general contractors to provide general construction and pre-construction services. The project will be known as Farmview Family Housing and consist of 31 housing units in Burlington, WA on a parcel of land located near existing Housing Authority developments. We intend to enter a pre-construction contract by September 2025, start construction first quarter 2026, and complete construction in first quarter 2027.
Project Description:
The project will consist of 6 new buildings with 31 new two, three and four-bedroom units for farmworker families. A manager’s unit is included and there will be a community building with a management office, maintenance shop, laundry facilities and a community room for resident programs. The owner has hired ZBA Architecture as the architect of record (Architect). Schematic Design plans are attached. Construction budget is estimated at around $11 million excluding sales tax.
Services Required of Selected General Contractor:
The General Contractor will perform all work necessary for the successful construction of the project. Selected contractor will be working with the owner/developer, architect, and engineers to complete the remaining phases of design, and develop the cost estimate for the project within the owner’s budget. Two (2) cost estimates will be generated during the SD/DD/CD stage. At the completion of CD phase the contractor will submit a final price to the owner. The contractor will collaborate and present alternative construction materials and methods when appropriate. Other scope includes:
- Project scheduling and sequencing of work;
- Value engineering;
- Constructability evaluation and plan review;
- Competitive bidding of all scopes of work;
- Possible pre-selection of MEPF design build sub-contractors.
Final Contract
The work of this contract will be awarded as a single contract. The project will be owned and contracted by a single asset entity managed by the Housing Authority of Skagit County.
Evaluation Criteria - Minimum Qualifications
Firms responding to this RFP must demonstrate that they meet the following minimum qualifications. Firms that do not meet these qualifications will not be considered.
- Licensed Contractor in Washington State.
- Demonstrated bonding capacity and strength of surety relationship.
- Be eligible to receive award under applicable laws and regulations including not be suspended or debarred or under a HUD-imposed Limited Denial of Participation.
- Demonstrated successful completion within the last seven years of:
- Experience with (at least one) publicly financed project in excess of $5 million;
- At least two projects that included a negotiated bid;
- At least one new construction multi-family project in excess of $7 million.
- Provide a minimum of 3 references for past projects with similar criteria.
- General acceptance of the Pre-Construction Contract terms attached. Applicants should propose a Base Fee per section 4a of the Pre-Construction Contract.
Evaluation Criteria – Preferred Qualifications
Firms responding to this RFP and meeting the minimum qualifications will be scored based on the following preferred qualifications.
- Prior experience developing affordable housing for non-profit owners utilizing public funding sources such as Low-Income Housing Tax Credits and USDA RD.
- Completion of multiple projects similar in size and scope to the proposed project within the past seven years. Areas to be evaluated include, but are not limited to:
- Quality of project and quality control;
- Management of safety and safety record;
- Timeliness of performance;
- Self-performed work;
- Management of subcontractors;
- Availability of and use of appropriate equipment;
- Compliance with contract documents;
- Management of schedule, submittals process, change orders, and closeout.
- Prior experience working with any green development standards, especially the State of Washington’s Evergreen Sustainable Development Standard.
- Experience of the proposed team.
- Evidence of ability to perform work in a timely manner, including a statement of staff capacity and current workload.
- Prior experience building farmworker or similar housing.
- Evidence of experience building in or near a floodplain.
- Willingness to provide cost estimates during design process.
- Other factors determined to be appropriate and in the best interests of the project and Owner.
Special Considerations
The following requirements will apply to the project:
- The Owner will make its selection of the Contractor based on its assessment of the best overall value for the project using the evaluation criteria listed above, including consideration of price, past-experience, technical expertise and proposed staffing.
- The Owner will require that all subcontracts be competitively bid, including distribution to local plan centers. Award to the low bidder is not required, but selection of the non-low bid must be justified by Contractor.
- The Owner strongly encourages the participation Minority and Women Business Enterprises (MBE and WBE) located in, or owned in substantial part by persons residing in the project area.
- AIA form A101, General Conditions AIA form A201, and the Owners’ standard Supplemental Conditions will apply.
Anticipated Project Schedule
RFP Submittal Deadline: Wednesday September 10, 2025, by 5pm
Sept 2025: Contractor interviews, select contractor. Interviews will be via ZOOM.
Sept – Dec 2025: cost estimating, scheduling, MEP selection.
Dec 2025 – Jan 2026: Completion of design documents, permitting, bidding, contract negotiation
Jan/Feb 2026: Construction Start
Jan/Feb 2027: Construction Completion
Requests for Additional Information
Questions concerning this RFP will be accepted until September 3, 2025. Responses will be issued to all parties via email by no later than COB September 8, 2025.
General inquiries about this RFP may be emailed to Charlie Hitchcock charlieh@orfh.org
Inquiries related to A/E may be emailed to Mark King king@zbaarchitecture.com
Submission Requirements – Due no later than Wed September 10, 2025, by 5pm
Each proposal must include:
- Letter of Interest signed by an authorized representative of the firm
- Completed AIA A305 or equivalent form
- Past Project Experience per “Evaluation Criteria – Preferred Qualifications #2”
- Proposed staffing
- Three references who can speak to your firm’s qualifications as outlined above
- General acceptance of Pre-construction Agreement and a proposed base fee per section 4a of the agreement (attached).
Award Process
Proposals will be evaluated and scored in writing based on the criteria listed previously. The Owner may invite one or more respondents to participate in an interview and negotiation. Final award is subject to successful contract negotiation.
Refer to the following pages for complete Submittal Instructions
Thank you for your effort in providing this proposal and your interest in helping us make Skagit County and better community for all
The Housing Authority of Skagit County does not discriminate on the basis of race, color, national origin, sex, religion, sexual orientation, age, political beliefs, disability, mental or familial status, or any other legally protected status.
.
Required Submittal INSTRUCTIONS
Contractors are to submit one electronic copy of all materials to the project contact. Limit submitted materials to 30 (11x17 max) pages inclusive of cover sheets and resumes. Contractors are to submit their qualifications on an AIA Document A305 or equivalent.
1) Relevant Project Experience: Provide examples of projects using the criteria found in Evaluation Criteria – Preferred Qualifications #2.
For each project listed, you must provide the following information:
a) Project Name.
b) Brief Project Description including number of units and sq ft.
c) Date Completed.
d) Contract Amount.
e) Name of your company’s project manager and superintendent.
f) Owner.
g) Contact Person, if different from Owner.
h) Architect (name, address, and phone).
i) Record of bid v. final costs including all change orders
j) Itemized cost of general conditions, overhead and profit for each.
k) The applicant’s assessment of its performance against evaluation criteria above, including but not limited to the following:
-
- Quality of project and quality control;
- Management of safety and safety record;
- Timeliness of performance;
- Self-performed work;
- Management of subcontractors;
- Availability of and use of appropriate equipment;
- Compliance with contract documents;
- Management of schedule, submittals process, change orders, and close-out.
2) Proposed Staffing:
List the key staff that you propose to assign to the project including at least the project manager, superintendent, and other persons who will be key to your operations of this project. The proposed project manager and superintendent should be available for the selection process interviews, if possible. List which portions of the work you anticipate performing in-house and which you intend to subcontract. Estimate the size of your company’s work crew for this project.
3) Letter of Interest & References:
LOI signed by an authorized representative of the firm. Include three references who can verify the quality of Contractor’s work and experience on a similar project.
4) Bonding: Provide evidence of bonding capacity of at least $10 million. A performance and payment bond in a sum of 100% of the contract price will be required. These bonds may be required to be obtained from bonding or surety companies acceptable to the U. S. Government and authorized to do business in the State where the work is to be performed. Individuals acting as sureties shall not be considered. U. S. Treasury Circular Number 570 lists companies approved to act as sureties on bonds securing Government contracts, the maximum underwriting limits on each contract bonded, and the States in which the company is licensed to do business.
5) General acceptance of the terms of the attached Pre-construction Agreement.
Please propose a Base Fee per section 4a of that agreement.
6) Other: Contractors are encouraged to submit any other printed materials which will assist the Owner in evaluating the qualification of the contractor.
7) Please do NOT include audited financial statements in this submission. Contractors meeting required qualifications who are selected for interview will be required to provide financial statements for the past three years at that time.
Submit one electronic copy of your Proposal to:
Melanie Corey, Executive Director
Housing Authority of Skagit County
c/o
Charlie Hitchcock, Senior Developer
(509) 248-2530
Responses received after September 10, 2025 at 5pm will not be considered.
End of Instructions

