Active SLED Opportunity · WASHINGTON · CITY OF LYNNWOOD

    RFP 4085 - Job Order Contracting Services

    Issued by City of Lynnwood
    cityRFPCity of LynnwoodSol. 248218
    Open · 21d remaining
    DAYS TO CLOSE
    21
    due May 14, 2026
    PUBLISHED
    Apr 16, 2026
    Posting date
    JURISDICTION
    City of
    city
    NAICS CODE
    236220
    AI-classified industry

    AI Summary

    The City of Lynnwood seeks experienced contractors for Job Order Contracting services to complete various public works projects. This RFP emphasizes construction experience, subcontractor management, bonding, and price proposals. Key personnel and safety records are required. Pre-proposal meeting is virtual on April 23, 2026.

    Opportunity details

    Solicitation No.
    248218
    Type / RFx
    RFP
    Status
    open
    Level
    city
    Published Date
    April 16, 2026
    Due Date
    May 14, 2026
    NAICS Code
    236220AI guide
    Jurisdiction
    City of Lynnwood
    Agency
    City of Lynnwood

    Description

    Job Order Contracting (JOC) is an alternative public works process authorized and governed by RCW 39.10.  JOC is a competitively bid, firm-fixed-price, indefinite-quantity contract with a general contractor intended to complete various public works projects throughout the City.

     

    The City intends to utilize JOC as a project delivery method for projects of varying scope and size.  The City has the discretion to use JOC or another procurement method to contract for public works projects. 

     

    RCW 39.10.420 states:  “Public bodies may use a job order contract for public works projects when a determination is made that the use of job order contracts will benefit the public by providing an effective means of reducing the total lead-time and cost for the construction of public works projects for repair and renovation required at public facilities through the use of unit price books and work orders by eliminating time-consuming, costly aspects of the traditional public works process, which require separate contracting actions for each small project.”  

     

    The Work will be set forth in the Detailed Scope of Work for individual Job Orders. The Contractor is required to complete each Detailed Scope of Work for the Job Order Price within the Job Order Completion Time. The Contractor will be required to perform Work at any site or facility under the jurisdiction of the City.

    Background

    The City of Lynnwood became incorporated in 1959 and is one of the largest cities in Snohomish County with a population of 38,143. Lynnwood is a forward thinking city that strives to engage in projects that will help build a more vibrant community.

     

    A list of Lynnwood's current projects can be found here: https://www.lynnwoodwa.gov/Government/Departments/Public-Works/Engineering-Construction/City-Projects-Programs-Initiatives

     

    Information on Lynnwood's budget and strategic planning can be found here: https://www.lynnwoodwa.gov/Government/Departments/Finance/Budget-and-Strategic-Planning

    Project Details

    • Reference ID: 4085
    • Department: Parks, Recreation & Cultural Arts
    • Department Head: Lynn Sordel (Director)

    Important Dates

    • Questions Due: 2026-05-04T22:00:00.000Z
    • Pre-Proposal Meeting: 2026-04-23T17:00:00.000Z — Use the following link to register for the Pre-Proposal Meeting: https://www.zoomgov.com/meeting/register/Rbi8P4-ASBqVlMGqQ-oBxQ Vendors who register will receive a separate email with a link to access the pre-proposal meeting. It is recommended to save the email containing the link to the pre-proposal meeting.

    Addenda

    • Addendum #1 (released 2026-04-22T17:35:15.746Z) —

      RFP 4024 - ADDENDUM #1

      Please note that the link for the Pre-Proposal meeting has been updated to the following (below). Please use this link to attend the Thursday, 4/23, pre-proposal meeting at 10am PT:

      https://www.zoomgov.com/meeting/register/Rbi8P4-ASBqVlMGqQ-oBxQ

    Evaluation Criteria

    • Executive Summary & Safety (100 pts)

      Executive Summary: Provide an executive summary describing the firm, its services, and its abilities to complete a wide array of work under this contract, including but not limited to: facility work, building envelope work (masonry, windows, doors, and roofs), paving, Concrete, Water, Sewer, and Stormwater.

      Safety: Attach a letter from the Proposer’s insurance company, on the insurance carrier’s letterhead, stating the Proposer’s Experience Modification Rate (EMR) for the past three calendar years: 2025, 2024, and 2023.

      - If, during any year, the EMR is greater than 1.0, attach an explanation as to why the EMR is greater than 1.0 and steps taken to reduce the EMR.

    • Comparable Construction Experience (300 pts)

      The City is seeking to obtain the services of experienced construction contractors with work experience with public agencies. Prime Contracting experience is preferred. With each project, submit an additional sheet describing the project’s scope of work for which you were responsible. Submit projects of varying scope that have achieved final acceptance after January 1, 2021.  Proposers with less experience will be considered but will be scored accordingly.

      • Five (5) repair or rehabilitation projects whose final value including change orders is less than $150,000. Complete a separate attachment for each project under this category and attach an additional sheet describing the project’s scope of work.
      • Five (5) repair or rehabilitation projects whose final value including change orders is between $150,000 and $500,000. Complete a separate attachment for each project under this category and attach an additional sheet describing the project’s scope of work.
    • Key Personnel Assigned to the Contract (100 pts)

      Key Personnel: The City is seeking to have the Contract administered by personnel with extensive construction experience. For each position below, complete the appropriate attachment and attach a resume.

      • Project Manager: Complete the appropriate attachment and attach a resume for the Project Manager proposed.
      • General Field Superintendent: Complete the appropriate attachment and attach a resume for the General Field Superintendent proposed.

      Note: The key personnel submitted with the Proposal shall be assigned to the Contract for the full duration of the Contract. The Proposer must obtain the City’s prior approval before substituting any of the key personnel proposed with this Contract. Any proposed staff substitutions must meet the same minimum requirements as the Key Personnel submitted with the Proposal.

    • Subcontracting Experience (200 pts)

      Subcontracting Experience: The RCW requires that no less than 90% of the work be subcontracted. As such, the ability to manage multiple subcontractors on multiple projects occurring simultaneously at different locations is a critical performance metric on this Contract.

      • Provide the Proposer’s experience subcontracting work and managing multiple subcontractors on multiple projects occurring simultaneously,
      • Provide the Proposer’s past experience achieving M/WBE subcontractor participation, and
      • In accordance with RCW 39.10450(5), the Contractorshall equitably spread subcontracting opportunities among the various disciplines to certified women and minority business enterprises, to the extent permitted by the Washington state civil rights act, RCW 49.60.400. The Proposer shall submit a plan describing the proposed strategies and opportunities to utilize certified women- and minority-owned business enterprises to the greatest extent possible.
    • Bonding (Pass /Fail) (1 pts)

      Attach a letter from the Proposer’s bonding company that states ALL of the following: 1) Name of the Surety, 2) Your Bonding Capacity (aggregate dollar amount), 3) The current amount of bonding outstanding, 4) how long the bonding company has been providing bonds, 5) dollar limit for a single project, and 6) a statement that the Surety will provide bonds if the Proposer is awarded a Contract.

    • Demonstrations & Interviews (if conducted) (200 pts)

      The City may elect to conduct interviews demonstrating the Proposer's ability to fulfill the requirements of the RFP and the JOC procurement system.

    • Price Proposal (Adjustment Factors) (300 pts)

      Complete Attachment M: Price Proposal Form identifying the Proposer’s competitively proposed Adjustment Factors.

      The Adjustment Factors are as follows:

      • Normal Working Hours Adjustment Factor: For Work Monday through Friday 7:00 am to 5:00 pm except City holidays.
      • Other Than Normal Working Hours Adjustment Factor: For Work Monday through Friday 5:01 pm to 6:59 am and all-day Saturday, Sunday and City holidays.
      • Non-Prepriced Adjustment Factor: For Non-Prepriced Work.

      The Other Than Normal Working Hours Adjustment Factor must be equal to or greater than the Normal Working Hours Adjustment Factor.

      The Non-Prepriced Adjustment Factor must be equal to or greater than 1.0000.

      For price evaluation purposes only, the following work distributions shall be used to determine the Award Criteria Figure. No commitment is made by the City that work will be distributed according to the weighted percentages identified below. The weighted percentages are for evaluation purposes only.

      • Normal Working Hours Adjustment Factor: 60% Weight
      • Other Than Normal Working Hours Adjustment Factor: 30% Weight
      • Non-Prepriced Adjustment Factor: 10% Weight

    Submission Requirements

    • Contract Signature Page (required)

      Download, complete, and upload Attachment D: SIGNATURE PAGE

    • Compliance With Terms and Conditions (required)

      Upload either a letter from your attorney or authorized representative that you accept our terms and conditions or provide a track change version of your exceptions. See attachment section for terms and conditions.

    • Statement of Bidder Qualifications (required)

      Download, complete, and upload Attachment E: STATEMENT OF BIDDER QUALIFICATIONS

    • Responsible Bidder Form (required)

      Download, complete, and upload Attachment F: RESPONSIBLE BIDDER DETERMINATION FORM

    • Non-Collusion Affidavit (required)

      Download, complete, and upload Attachment G: NON-COLLUSION AFFIDAVIT

    • Wage Law Compliance Certification (required)

      Download, complete, and upload Attachment H: WAGE LAW COMPLIANCE CERTIFICATION

    • Executive Summay (required)

      Two pages maximum. Provide an executive summary describing the firm, its services, and its abilities to complete a wide array of work under this contract, including but not limited to: facility work, building envelope work (masonry, windows, doors, and roofs), paving, concrete, water, sewer, and stormwater.

    • Safety Record (required)

      Attach a letter from the Proposer’s insurance company, on the insurance carrier’s letterhead, stating the Proposer’s Experience Modification Rate (EMR) for the past three calendar years: 2025, 2024, and 2023.

      - If, during any year, the EMR is greater than 1.0, attach an explanation as to why the EMR is greater than 1.0 and steps taken to reduce the EMR.

    • Comparable Construction Experience, Projects Less than $150,000 (Maximum of FIVE Projects) (required)

      Download, complete, and upload a separate Attachment I for each project AND attach a separate document describing the project scope. Submit a maximum of (5) projects as comparable construction experience. All projects in this category must be under $150,000 and have a completion date after January 1, 2021.

    • Comparable Construction Experience, Projects Between $150,000 and $500,000 (Maximum of FIVE Projects) (required)

      Download, complete, and upload a separate Attachment J for each project AND attach a separate document describing the project scope. Submit a maximum of (5) projects as comparable construction experience. All projects in this category must be between $150,000 and $500,000 and have a completion date after January 1, 2021.

    • Key Personnel: Project Manager (required)

      Download, complete, and upload Attachment K for the Project Manager assigned to the Contract AND attach a resume.

    • Key Personnel: General Field Superintendent (required)

      Download, complete, and upload Attachment L for the General Field Superintendent assigned to the Contract AND attach a resume.

    • Bonding Capacity

      (Pass / Fail) Attach a letter from the Proposer’s bonding company that states ALL of the following: 1) Name of the Surety, 2) your Bonding Capacity (aggregate dollar amount), 3) the current amount of bonding outstanding, 4) how long the bonding company has been providing bonds, 5) that the Surety will provide bonds for single projects up to $500,000, and 6) a statement that the Surety will provide the required $2,000,000 bond(s) if the Proposer is awarded a Contract.

    • Price Proposal Form (Adjustment Factors) (required)

      Download, complete, and upload Attachment M: JOC PRICE PROPOSAL FORM. Please upload in its original MS Excel format.

      In accordance with RCM 39.10.430, the Price Proposal Form will remain sealed until after the City's selection of the most qualified finalists. Price Proposal Forms of the most qualified finalists will be opened.

    Key dates

    1. April 16, 2026Published
    2. May 14, 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.