SOLICITATION: 25-0003 Environmental Inspection and Remediation Planning
Federal opportunity from P3404803 - Facilities Maintenance | P3404 - Facilities Maint • Beaverton School District #48J. Place of performance: OR. Response deadline: Mar 12, 2026.
Market snapshot
Baseline awarded-market signal across all contracting (sample of 400 recent awards; refreshed periodically).
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
Description
SOLICITATION: 25-0003 Environmental Inspection and Remediation Planning Environmental Inspection and Remediation Planning REQUEST FOR PROPOSALS Solicitation No: 25-0003 For the Provision of a Master Contract for: Environmental Inspection and Remediation Planning RFP Closing (Due Date & Time): March 12, 2026 by 2:00 PM Pacific Time Issued by: Beaverton School District 48J 1260 NW Waterhouse Avenue Beaverton, Oregon 97006 January 28, 2026 Beaverton School District Procurement and Contracting contracts@beaverton.k12.or.us ___________________________________________________________________________________________ 1 REQUEST FOR PROPOSAL Solicitation No: RFP 25-0003 Summary The purpose of this Request for Proposals (Solicitation) is to obtain competitive Offers from qualified Consultants (Proposers) interested in the provision of Environmental Inspection and Remediation Planning on an as-needed basis. A Non-Mandatory Pre-Proposal: A pre-proposal meeting for this solicitation will be held at 2:00 PM (PST) on Wednesday, February 4, 2026. The meeting will be conducted virtually via Microsoft Teams, and attendance is optional. Proposers wishing to attend must RSVP by emailing Contracts@beaverton.k12.or.us no later than 24 hours prior to the meeting. A Microsoft Teams link, along with instructions for remote participation, will be sent to all proposers who RSVP. The purpose of this meeting is to clarify information in the Request for Proposal, and provide an opportunity for proposers to ask questions regarding BSD’s solicitation requirements and process. Interested Proposers must submit a Proposal via Email to contracts@beaverton.k12.or.us, pursuant to the provisions of this Solicitation NOT LATER THAN: SOLICITATION DUE DATE AND TIME (CLOSING): March 12, 2026 by 2:00 PM Pacific Time To: contracts@beaverton.k12.or.us No public opening will occur. Proposals will be opened and recorded after closing. The number of Proposals received, and the identity of Proposers will be available within seven (7) days. The contents of any proposal will not be disclosed to the public until all proposals have been evaluated, negotiations completed if required, and a recommendation for Award has been published. Proposers are solely responsible for ensuring that the Beaverton School District receives its Proposal. LATE PROPOSALS WILL NOT BE ACCEPTED. Prospective Proposers must register at OregonBuys https://oregonbuys.gov/bso/ to obtain the solicitation documents and to receive any associated information/updates. Proposers must familiarize themselves with the entirety of all Solicitation documents. All questions and comments regarding this solicitation must be directed ONLY IN WRITING to District Purchasing Staff at contracts@beaverton.k12.or.us 2 This Solicitation is issued pursuant to ORS 279A, ORS279C and the Oregon Attorney General Model Rules Division 48 PROPOSALS MUST BE PURSUANT TO THE PROVISIONS OF THIS SOLICITATION. THE DISTRICT MAY REJECT ANY PROPOSAL NOT IN COMPLIANCE WITH ALL PRESCRIBED REQUIREMENTS. SECTION II – STATEMENT OF WORK SOLICITATION: 25-0003 Environmental Inspection and Remediation Planning 3 1. INTRODUCTION: This Solicitation is issued pursuant to ORS 279A, ORS 279C and the Oregon Attorney General Model Rules Divisions 48. 2. DEFINITIONS: The term "District" or “Owner” throughout this document means the Beaverton School District (BSD). The term “Proposer” means the person or firm that submits a Proposal in response to this Solicitation. The term “Proposal” or “Offer” means a written response to provide Goods or Services in response to this Solicitation. “Closing” means the date and time specified in the Solicitation as the deadline for submitting Proposals. “Consultant” or “Supplier” means the firm awarded a Contract as a result of this Solicitation. 3. SOLICITATION REVIEW: Proposers must carefully review the Solicitation documents and are responsible for knowing and understanding all terms and conditions. Unless defects, ambiguities, omissions, or errors are brought to the District's attention in writing pursuant to QUESTIONS/CLARIFICATIONS/CHANGES AND SOLICITATION PROTEST in Section III, protests or appeals based on such defects, ambiguities, omissions or errors received after issuance of the Notice of Intent to Award (NOI) may not be favorably considered. 4. BACKGROUND: The Beaverton School District encompasses approximately 5 6 square miles in northwestern Oregon in Washington County. The District, located in the Portland , Oregon metro area, is the third largest S chool District in Oregon. The Beaverton Schoo l District has approximately 4, 500 employees. The District is responsible for educating approximately 37,500 students in pre-kindergarten through grade 12 at thirty-four (34) Elementary Schools, eight (8) Middle Schools, six (6) High Schools and six (6) Option Schools, and nineteen (19) Option Programs. 5. SCOPE OF WORK: The District is seeking to establish Master Contracts(s) with qualified Consultants for the provision of Asbestos and Mold Inspection, Management Planning Services , Contaminated Media Management Plan (s) (CMMP), Environmental Site Assessments (ESA), Radon, Fuel Oils, Underground Storage Tanks, Lead in Water and Lead Paint Testing. Potential work is to be performed on an as-needed basis, or as otherwise directed, at these sites and any future properties or interests of the District. 6. CONTRACT: The successful Proposer(s), selected by the District, will receive a Master Consultant Services Contract. Individual Project Work Authorizations (PWAs) will be issued by the District as needed. A sample of each is enclosed herein (See Attachments). a. Proposers are advised to thoroughly review and familiarize themselves with the standard contract. Certain contract terms reflect state statute and may not be altered. b. The Consultant will be expected to promptly sign a contract including all standard terms and conditions contained in the sample contract. The District will execute the Contract only after it has obtained all applicable required documents and approvals. c. Personnel substitution – if the consultant must substitute personnel included in their original proposal, they must obtain written District approval of substituted personnel, prior to substitution. 7. AMENDMENTS: The District may amend a Contract without additional competition pursuant to OAR 137-048-0320. SECTION II – STATEMENT OF WORK SOLICITATION: 25-0003 Environmental Inspection and Remediation Planning 4 8. CONTRACT PERIOD/EXTENSION: a. Selected Proposers will be issued a Contract effective upon full execution, through June 30, 2031. b. The Consultant's Pricing and Rates must remain firm through June 30, 2027 and through June 30 of each contract period. Only during the contract extension offer period, May 1 through June 30 of each year, may the Consultant submit a request for Pricing and Rate adjustment. If the Consultant chooses to modify or amend pricing, the updated pricing must be submitted to the District no later than the start of the next fiscal year, commencing on July 1st. Prices may not be updated without a written and signed contract c. Any annual price increases hereunder shall not exceed the prior year’s percentage increase in the applicable sub-category of the Consumer Price Index – Western Region. The District may, at its sole discretion, consider price increases in excess of the foregoing limit if the provider can demonstrate that such increases are due to actual cost increases/industry-specific market conditions. 9. CONTRACT ADMINISTRATOR: The Contract Administrator for this Master Contract will be the Purchasing Manager, or designee. 10. DISTRICT REPRESENTATIVE: The District Representative is the Project Coordinator Supervisor for Maintenance or designee. A District Representative will be designated for each individual PWA. 11. SOLICITATION SCHEDULE: The milestones for the selection process are set forth below. The dates are specific and will be followed to the extent reasonably possible. The purpose of this schedule is for Proposer information only. The District reserves the right to deviate from this schedule. Solicitation Milestone Completion Date Issue RFP January 28, 2026 Preproposal Meeting February 4, 2026 at 2:00PM Deadline for Questions March 5, 2026 by 2:00 PM Proposals Due March 12 , 2026 by 2:00 PM Contract Award On or about April 10, 2026 Begin Services On or about July 1, 2026 12. CONTACT DURING SOLICITATION: Questions must be submitted in writing via email to contracts@beaverton.k12.or.us as indicated on the Summary page of this Solicitation. No other contact regarding this solicitation during the solicitation process is permitted. Unauthorized contact regarding this solicitation may subject the offender’s Bid to rejection. 13. INTERGOVERNMENTAL PERMISSIVE COOPERATIVE AGREEMENT: At the discretion of the Con sultant and pursuant to ORS 279A and Beaverton School District procurement rules, other public agencies shall have the ability to purchase the awarded goods and services from the awarded Consultants(s), under terms and conditions of the resultant contract, or the terms and conditions of the additional Agency, whichever is most beneficial to said Agency. Any such purchases shall be between the Consultants and the participating public agency and shall not impact the Consultant’s obligation to the Beaverton School District. Any estimated purchase volumes listed herein do SECTION II – STATEMENT OF WORK SOLICITATION: 25-0003 Environmental Inspection and Remediation Planning 5 not include other public agencies and the Beaverton School District makes no guarantee as to their participation. PURPOSE AND INTRODUCTION: The purpose of this Solicitation is to establish services of qualified Environmental Management and Consulting firms to provide the following Hazardous Material Services as referenced here including: i. Asbestos Inspection and Management Planning Services under the provisions of 40CFR 763 Subpart E (Asbestos-Containing Materials in Schools) and the State of Oregon’s Department of Environmental Quality (DEQ). ii. Mold Inspection and Management Planning Services under the provisions of the U.S. Environmental Protection Agency Indoor Air Quality program for Mold in Schools and Commercial Buildings. iii. Radon Testing; under the guidelines set by the U.S. EPA for radon testing in schools, Oregon Health Authority Testing for Elevated Radon in Oregon Schools for Radon testing in schools. iv. Lead in Water Testing, with EPA sampling methodology described in Section 4 of the EPA document 3T’s for Reducing lead in Drinking Water in Schools and Childcare Facilities (October 2018), and guidelines established by the Oregon Health Authority (OHA) and the Oregon Department of Education (ODE). v. Lead Paint Testing under the provisions of the U.S. EPA Lead Renovation, Repair, and Paint Program in Schools. vi. Underground Fuel Storage Tanks (UST) planning, monitoring and decommissioning support under the guidelines established by the Oregon Department of Environmental Quality. vii. Other hazardous materials services. The provider may conduct assessments, visual inspections and/or inventory of the following materials: a. Polychlorinated biphenyl (PCB)-containing units such as, light ballasts, and PCBs in electrical units. b. Lead-containing units such as emergency exit sign batteries c. Fluorescent lighting tubes d. Mercury-containing units such as switches and thermostats e. Underground Storage Tanks (noting approximate location of current or historic tanks based on information provided by the District) f. Miscellaneous materials such as unknown or unlabeled materials or substances of concern. 1. STATEMENT OF WORK: A. Field Inspections, Testing, Assessment, and Planning i. Purpose: The purpose of Field Inspections, Testing, Assessment, and Planning is to support the District in conducting site -specific investigations and implementing mitigation measures related to potential environmental hazards. These hazardous materials will include: Asbestos-Containing Building Materials (ACBM), Mold, Radon, Lead in Water or Lead Paint, and USTs. At the District’s request, the Consultant shall perform the following services: a. Visit identified sites to visually inspect for the existence of ACBM, presumed ACBM, Mold, Radon, Lead in Water and/or Lead Paint. b. Assess and categorize any identified ACBM, Mold, Radon, Lead in Water and/or Lead Paint in a written inspection report. c. Provide Management Planner recommendations on appropriate response actions to contain or abate, as necessary, any identified ACBM, Mold, Radon, Lead in Water and/or Lead Paint. d. Provide field monitoring during the scheduled response action. e. Provide microbial air sampling during any scheduled mold response action. f. Consultant shall employ only persons duly licensed/accredited by the State of Oregon to perform the Work required under this Contract for which applicable Oregon law requires a license/accreditation. ii. Tasks: Specific tasks within this schedule shall include the following: a. Upon receipt of a request from the District, Consultant shall visit the identified site and conduct a field inspection to inspect and assess the site for the existence of ACBM, presumed ACBM, Mold, Radon, Lead in Water and/or Lead Paint, or UST. The District’s Representative shall direct such requests to the Consultant. SECTION II – STATEMENT OF WORK SOLICITATION: 25-0003 Environmental Inspection and Remediation Planning 6 b. Consultant shall use asbestos, mold, radon, lead in water and/or lead paint, or UST building inspectors and management planners with current and valid accreditation certificates to conduct these field inspections, to perform the appropriate assessments , and to make recommendations on appropriate response actions. c. Upon completion of such inspection and response recommendation, Consultant shall verbally communicate their findings and recommendation to the District’s Representative. Within two (2) business days. Within five (5) business days, following verbal comm unication, a written report shall be submitted. This report shall contain, at a minimum, a summary of the requested inspection including, but not limited to, the date and location, the results of assessment, the printed name and signature of the inspector, and a summary of the recommended response actions resulting from the assessment. The report shall include a summary of the survey and shall contain sample locations drawings on provided floor plans. B. Capital Improvement Projects - Field Assessments i. Purpose: The purpose of Capital Improvement Projects - Field Assessment shall be to respond to District requests for site- specific investigation and mitigation of possible Asbestos -Containing Building Materials (ACBM), Mold, Radon, Lead in Water and/or Lead Paint , UST. To this end, at the request of the District, the Consultant shall: a. Review draft demolition plans provided by the project’s architect against the District’s inventory and develop an assessment of potential abatement need; and b. Visit identified sites to visually inspect for the existence of ACBM, presumed ACBM, Mold, Radon, Lead in Water and/or Lead Paint, UST. c. Attend the District’s pre-construction meeting(s) in order to coordinate with the selected Consultant on the proposed demolition plan for the project; and d. Assess and categorize any impacted identified ACBM, Mold, Radon, Lead in Water and/or Lead Paint, UST in a written inspection report; and e. Provide Management Planner recommendations on appropriate response actions to contain or abate, as necessary, any identified ACBM, Mold, Radon, Lead in Water and/or Lead Paint, UST; and f. Assist the District in the selection of a qualified abatement contractor and coordinate their work in the field with the General Contractor assigned to the project. ii. Tasks: Specific tasks within this schedule shall include the following: a. Upon receipt of a request from the District, Consultant shall visit the identified site and conduct a field inspection to inspect and assess the site for the existence of ACBM, presumed ACBM, Mold, Radon, Lead in Water and/or Lead Paint, UST. The District’s Representative shall direct such requests to the Consultant. b. Provider shall use asbestos building inspectors and management planners with current and valid accreditation certificates to conduct these field inspections, to perform the appropriate assessments and to make recommendations on appropriate response actions . c. Upon completion of such inspection and response recommendation, Consultant shall verbally communicate their findings and recommendation to the District Representative. Within two (2) business days. Within five (5) business days, following verbal communica tion, a written report shall be submitted. d. Contractor shall provide specifications, contractor bid documents and bid period services. i. Provide specifications in accordance with all application local, state and federal regulations for the removal, handling and disposal of all hazardous materials identified in the survey report. ii. Develop an asbestos containing materials abatement contractor bid document to be utilized by the District to obtain contractor bids. iii. The bid document will contain the approximate quantity and location of asbestos containing materials to be removed by the abatement contractor as well as the schedule requirements and any additional scope related information SECTION II – STATEMENT OF WORK SOLICITATION: 25-0003 Environmental Inspection and Remediation Planning 7 iv. Provide support for the District during the bid period that will include attending pre-bid meetings, conducting any necessary walkthroughs and assist with any necessary addendums, questions, clarifications and final bid evaluations as requested by the Dist rict. v. Provide specifications in accordance with all application local, state and federal regulations for the removal, handling and disposal of all regulated materials identified in the hazardous materials survey report. e. Once a contractor has been selected, the Consultant shall serve as the field monitor to observe the abatement and/or remediation work and conduct air monitoring and sampling, as required. f. Upon completion of the abatement/remediation work, Consultant shall provide District with a complete project record of the abatement work. g. Provider shall use radon building inspectors and management planners with current and valid accreditation certificates to conduct these field inspections following the guidelines set by the U .S. Environmental Protection Agency for radon testing in schools, Oregon Health Authority Testing for Elevated Radon in Oregon School, and outlined in Housing and Urban Development Office of multifamily Housing’s radon policy for radon testing when performing the appropriate assessments and to make recommendations and appropriate response actions. h. Upon completion of the radon testing, Consultant shall serve as the field monitor to observe the radon testing work and conduct monitoring and sampling, as required. i. Upon completion of the radon testing work, Consultant shall provide District with a complete project record of the laboratory data that has been reviewed by certified industrial hygienist (CIH). j. Provider shall use qualified consultant to perform complete drinking water sampling and analysis for lead from specified water sources in accordance with EPA sampling methodology described in Section 4 of the EPA document 3T’s for Reducing lead in Dri nking Water in schools and Childcare Facilities (October 2018), and guidelines established by the Oregon health Authority (OHA) and the Oregon Department of Education (ODE). k. Upon completion of the Lead in Water testing work, the final report should reference OHA guidance and screen results to the action level of 15ppb per OAR 333-061-0400.C. Use of Verdant for asbestos record keeping i. Purpose: The District utilizes Verdant, a web tool developed to aid in the ongoing management of environmental operations data, largely for asbestos-containing building materials as well as reports, samples and tables for the lead in water or Radon testin g at District buildings. Consultants shall upload asbestos testing, abatement information, and reports, samples and tables of Radon information in the respective building file(s) in Verdant. ii. Tasks: Specific tasks within this schedule shall include the following: a. Upon receiving a request for asbestos testing or asbestos abatement, lead in water, or radon testing, Consultant shall add a new activity in the appropriate school/building location(s) listed in Verdant. This task shall be completed within three (3) business days after receiving the initial request for testing and/or abatement. b. Once asbestos, lead in water, or radon testing results are received, update the related activity with the materials tested and their results and upload the full report under Files. This task shall be completed within five (5) business days of receiving testing results. c. For asbestos abatement activities, update the related activity with descriptions and quantities of ACBM removed. This task shall be completed within seven (7) business days of finished abatement work and air clearance. 2. DESIRED QUALIFICATIONS: A. The Consultant and designated team for site testing and remediation activities are encouraged to meet as many of the desired qualifications as possible: i. The Consultant will demonstrate depth of experienced personnel and capability to sustain loss of assigned personnel without compromising quality and timeliness of performance. ii. Have previously acted as the asbestos inspection consultant for a school district. iii. Direct experience in monitoring and analyzing bulk material and air samples. SECTION II – STATEMENT OF WORK SOLICITATION: 25-0003 Environmental Inspection and Remediation Planning 8 iv. Have access to laboratory facilities that will provide timely response for testing of both bulk samples and air samples for emergency response actions. v. Demonstrated knowledge of applicable A sbestos Hazard Emergency Response Act (AHERA) and DEQ requirements vi. Demonstrated knowledge of AHERA inspection protocols. vii. Demonstrated knowledge of U .S. EPA Indoor Air Quality program for Mold Remediation in Schools and Commercial Buildings and experience with mold remediation in school buildings. viii. Demonstrated knowledge of U.S. EPA for Radon testing in schools, Oregon Health Authority Testing for Elevated Radon in Oregon School, policies for radon testing in school buildings. ix. Demonstrated knowledge of EPA drinking water first draw from specified water sources, sampling methodology described in Section 4 of the EPA document 3T’s for Reducing lead in Drinking Water in schools and Childcare Facilities (October 2018), and guidelines established by the Oregon Health Authority (OHA) and the Oregon Department of Education (ODE). x. Demonstrated knowledge of U.S. EPA Lead Renovation, Repair, and Painting Rule and follow lead-safe work practices during remediation. xi. Demonstrated knowledge of the DEQ Underground Storage Tank and related contaminated soil and/or underground water with petroleum products cleanup requirements. xii. Demonstrated knowledge and use of the Verdant Software Program. xiii. Excellent verbal and written communication skills. Highly organized and able to work with both management and facility staff. xiv. The required expertise for this project must be part of the skill and experience set of the prime firm making the proposal. Assigned staff shall have all the appropriate State and Federal certifications and accreditation. 3. No Guarantee of Work The District provides no guarantee of work. Award of a contract does not prevent the District from obtaining the services of another Contractor for any other project if the District determines it is in the District’s best interest. 4. Project Procedures During the contract period there will be need for asbestos and mold Inspection, management planning services and radon, lead in water and lead paint testing throughout the District. Work projects will occur on an as needed basis. When requesting services of this contract the District Representative, or Designee, will follow these following procedures. A. Proposal: Contractor shall be required to prepare and submit a written proposal for each project (see attachments for the Project Pricing Schedule and sample Request for Quote forms) i. The District Representative will provide a project scope to the Contractor containing the service requested, building location, floor plan and total scope of work. ii. The Contractor shall apply the Pricing proposed herein to complete the proposal submittal. iii. Specific project quotes must remain firm for thirty (30) days from acceptance by the district. B. Notice to proceed: The District will provide the selected Contractor a notice to proceed in the following form: i. The Contractor will be provided with a notice to proceed and issued a Project Work Authorization (PWA) or a Purchase Order Number. SECTION II – STATEMENT OF WORK SOLICITATION: 25-0003 Environmental Inspection and Remediation Planning 9 ii. The Notice to Proceed will be sent by e-mail. C. Scheduling of work: Contractor shall cooperate with the District Representative in performing work so that interference with normal District programs will be held to a minimum. i. Typically work will be scheduled on non-student days, Monday-Friday 7:00 AM to 3:30 PM. Any work done outside those times will need to be prearranged in advanced with the District Representative. ii. Normal work schedules during student-in-school days are typically Monday – Friday, 3:30PM - 11:00PM. All work scheduled during student-in-school hours will need to be prearranged in advance. SECTION III- INSTRUCTIONS TO PROPOSERS SOLICITATION: 25-0003 Environmental Inspection and Remediation Planning 10 1. INTRODUCTION This section prescribes the mandatory submission format for the presentation of a Proposal in response to this Solicitation. The purpose of the submission format is to ensure uniformity of the information from each Consultant and to aid in clear understanding and evaluation of each proposal. 2. PROPOSAL SUBMISSION FORMAT Should be in font size 10. Elaborate artwork, visuals or other promotional presentations which hinder the desired brevity and tend to be extraneous and confusing, are not desired. 3. PROPOSAL CONTENT REQUIREMENTS Consultants must provide a reply to each of the following items. The Proposer Certification form (see attachments) shall be completed and submitted as the cover. Provide a brief but concise response to each of the following criteria areas. Do not assume the District has any prior knowledge of the Consultant. Proposal response must be in the same order as presented below: a. EXPERIENCE, CAPABILITIES & QUALIFICATIONS (25 Points) i. Give a brief narrative of Consultant’s background and experience. Describe previous experience related to furnishing Asbestos and Mold Inspection and Management Planning Services, Contaminated Media Management Plan(s) (CMMP), Environmental Site Assessments (ESA), Fuel Oils, Underground Storage Tanks, Lead in Water, Radon, and Lead Paint Testing. ii. Detail how the Consultant meets or exceeds the work requirements and the Desired Qualifications as requested in Section II - Statement of Work. iii. Detail how the Consultant meets the Desired Qualifications listed in Section II. iv. Describe the Consultant’s responsibilities and the scope of work for at least two projects similar to the complexity and magnitude of the scope of work described within this Solicitation. v. Disclose whether, within the last five (5) years, the Consultant or an officer or principal has been involved in any business litigation or other legal proceedings. If so, please provide an explanation and indicate the current status or disposition. b. SPECIFIC SCHOOL DISTRICT EXPERIENCE (20 Points) i. Detail and describe Consultant’s previous experience related to furnishing Asbestos and Mold Inspection and Management Planning Service, Contaminated Media Management Plan(s) (CMMP), Environmental Site Assessments (ESA), Fuel Oils, Underground Storage Tanks, Radon Testing, Lead in Water Testing and Lead Paint Testing. ii. Describe the Consultant’s responsibilities and the scope of work for at least two (2) School District projects, other than the Beaverton School District, similar to the complexity and magnitude of the scope of work described within this Solicitation. c. KEY INDIVIDUAL and PERSONNEL EXPERIENCE and QUALIFICATIONS (30 Points) i. List the Project Manager who will serve as lead personnel for work to be performed under this contract. Describe their relevant qualifications and experience. ii. Detail how the lead person designated meets the Desired Qualifications listed in Section 3. iii. Key Personnel. List the relevant experience of other key personnel (project management, supporting staff, and any sub-consultants that may be proposed for use by the Consultant, including detailed resumes (qualifications and experience, including degrees, certifications, and licenses)). Describe their relevant role(s). SECTION III- INSTRUCTIONS TO PROPOSERS SOLICITATION: 25-0003 Environmental Inspection and Remediation Planning 11 d. PROJECT/PROFESSIONAL REFERENCES (Pass/Fail) References from school districts comparable to that of Beaverton School District size and scope of this solicitation shall be preferred. i. Consultant: Provide project and professional references and experience for at least three (3) similar inspection projects within the last three (3) years for which the Consultant was the principal consultant. Include a description of the services provided, including the number of buildings inspected. ii. Key Individual(s): Provide project and professional references and experience for at least three (3) similar inspection projects within the last three (3) years for which the key individual(s) who will serve as lead personnel for work under this contract were the principal consultants. Include a description of the services provided, including the number of buildings inspected. iii. Beaverton School District shall not be included as a reference. iv. The District reserves the right to investigate and consider references submitted by the Consultant, including customers other than those listed in the Consultant’s submission, and Beaverton School District experience. e COST/FEE DETAIL (15 Points) The fees for performing tasks identified shall be based on an actual time and material basis based on the hourly rates provided as part of the proposal. The District shall pay Consultant for services performed upon receipt of a proper invoice and the completed report as outlined above. f QUALITY OF PROPOSAL (10 Points) Proposals shall be scored for this factor based on the Proposers responsiveness to the solicitation requirements, terms, and conditions. In addition, the readability, neatness, clarity, and organization (logical, reasonable and professional) will be considered. SECTION IV – EVALUATION AND REPONSE SOLICITATION: 25-0003 Environmental Inspection and Remediation Planning 12 1. EVALUATION OF PROPOSAL. The District will form an evaluation committee, of at least three (3) individuals to review, score and rank Proposals according to the evaluation criteria set forth in this Solicitation. Evaluation shall be in accordance with the subjective evaluation criteria defined below. The evaluation committee shall provide the Purchasing Manager the results of the scoring and ranking for each proposer. 2. EVALUATION CRITERIA. The District shall score each proposal by reviewing and evaluating the line items required to be submitted. The following table indicates how the total points in the scoring shall be assigned. Failure to meet minimum requirements for any individual item may disqualify the proposal regardless of the total points scored for the other items. Sample Project Pricing will be compared among all responsive Proposals submitted. The lowest overall priced proposal will receive the full points available. All other proposal pricing scores shall be weighted to the lowest price proposal (lowest price scores the highest, all other higher priced proposals are weighted against the lowest priced proposal). Section III References EVALUATION FACTORS MATRIX Maximum Points 3a Experience, Capabilities and Qualifications 25 3b Specific School District Experience 20 3c Key Individual Professional Experience & Qualifications 30 3d Project/Professional References Pass/Fail 3e Sample Project Cost/Fee Detail 15 3f Quality of Proposal 10 Total Possible Points 100 3. INTERVIEWS. A. The evaluation committee may elect to interview Proposers if the evaluation committee considers it necessary or desirable. The top scoring firm, or up to four (4) firms, if the scoring is very close, may be invited to interview. The interview process will be used to supplement and clarify the information contained in the proposal. B. Interviews, if conducted, will bear on the firms’ rankings in the selection process. C. Percentage/points assigned during the initial evaluation process may be adjusted by the evaluation committee members, at their discretion, based upon findings from the interviews. D. Based upon the proposal scoring, modified by the interviews if held , and the results of reference checks, the firms will be given final ranking by the evaluation committee. The final ranking will be provided to District Administration for a final decision to award a contract. E. Details about interviews will be issued to those firms invited. Such interviews/presentations will be at the firm's expense. 4. SELECTION AND NEGOTIATION. The evaluation committee shall provide to the Purchasing Manager the results of the scoring and ranking for each Consultant. SECTION IV – EVALUATION AND REPONSE SOLICITATION: 25-0003 Environmental Inspection and Remediation Planning 13 5. TIES AMONG CONSULTANTS. A. If the District is selecting a Consultant on the basis of price alone, or on the basis of price and qualifications, and determines, after the ranking of Consultants, that two or more Consultants are identical in terms of price or are identical in terms of price and qualifications, then the District may elect to award an additional contract to the tied Proposers regardless of how this impacts the overall number of contracts issued. SECTION V – ATTACHMENTS ATTACHMENT A Solicitation No: RFP 25-0003 14 PROPOSAL SUBMISSION CHECKLIST ALL CERTIFICATIONS, FORMS, AFFIDAVITS AND DETAILED PROPOSAL CONTENT REQUIREMENTS AS SPECIFIED IN SECTION V MUST BE INCLUDED IN PROPOSALS. ____ REQUIRED AFFIDAVIT, CERTIFICATIONS AND FORMS The following certifications and forms must be completed and signed by the person authorized to represent the Proposer regarding all matters related to the Proposal and authorized to bind the Proposer to the agreement. Failure to submit any of the required, completed and signed certifications/forms will result in disqualification of the proposing firm. ___ PROPOSER CERTIFICATION. (Attachment A) This serves as the cover sheet for your Proposal. ___ AFFADAVIT OF NON-COLLUSION / COMPLIANCE WITH TAX LAWS. (Attachment B) ___ NON-CONFLICT OF INTEREST CERTIFICATION. (Attachment C) ___ PROPOSER RESPONSIBILITY FORM – All Pages. (Attachment D) ___ KEY PERSONNEL (Attachment E) ___ PRICE SCHEDULE AND SAMPLE WORK ORDERS (Attachment F) ___ PROPOSER REFERENCE FORMS – Include the # specified on the form. (Attachment G) Detailed Proposal Content Requirements are specified in SECTION III, Paragraph 3. _____________________________________________________________________________________ The following attachment(s) are NOT to be returned with the Proposal. The content of these attachment(s) must be reviewed by the Proposer. The terms and conditions are incorporated in this Solicitation and will apply to the Contract to be executed for the work. ATTACHMENT H Sample Master Consultant Services Contract ATTACHMENT I Sample Project Work Authorization (PWA) ATTACHMENT J Sample Requests for Quote This checklist is provided for the Proposer’s convenience in assembling your Proposal and is NOT required to be returned with the Proposal. SECTION V – ATTACHMENTS ATTACHMENT A Solicitation No: RFP 25-0003 15 PROPOSER CERTIFICATION Legal Name of Proposer (Firm): ___ Physical Address: _____ Mailing Address: ___ The Proposer certifies and agrees: 1. The prices in this Proposal have been arrived at independently, without, for the purpose of restricting competition, any consultation, communication, or agreement with any other Proposer relating to: the intention to submit a Proposal, or the methods or factors used to calculate the prices Proposed. 2. The Proposer has read and understands all terms and conditions of this Solicitation. 3. The Proposer agrees to provide insurance as required in the sample Contract Terms and Conditions (see Attachments). 4. The Proposer has, or has available, the equipment, personnel, materials, equipment, facilities, and equipment as well as the technical and financial ability necessary to complete and execute all Work in a sound and suitable manner for the use specified and intended. 5. The Proposer agrees to execute the formal Contract within ten (10) days from date of Notice of Intent to Award. 6. The Proposer acknowledges that the person that signs this Certification is fully authorized to sign on behalf of the Proposer listed and to fully bind the Proposer to all conditions and provisions thereof. 7. The Proposer certifies that Proposer has complied or will comply with all requirements of local, state, and national laws, an d that no legal requirement has been or will be violated in making or accepting this Proposal. 8. The Proposer, pursuant to ORS 279A.120 (1), (check one) is ____ / is not ____ a resident Proposer. If not, indicate State of residency________________________. 9. The Proposer certifies that it has not discriminated and will not discriminate, in violation of ORS 279A.110, against any disadvantaged business enterprise, a minority-owned business, a woman-owned business, a business that a service-disabled veteran owns or an emerging small business that is certified under ORS 200.055 in obtaining any required subcontract. 10. The Proposer agrees to comply with Oregon tax laws in accordance with ORS 305.385. 11. The Proposer acknowledges receipt of the following addenda: (list by number and date appearing on addenda.) Addendum Number Date Addendum Number Date ________________ ________________ ________________ ________________ ________________ ________________ ________________ ________________ ________________ ________________ ________________ ________________ 12. The Proposer (check one) ____ will / ____ will not extend the terms, conditions and prices to any Participating Agency that intends on establishing a Contract awarded to the Proposer resulting from this Solicitation. Respectfully submitted this __________day of ________________________, 20_____. Signature: __________________________________________ Printed Name: ______________________________________ Phone: __________________________________ Title: ______________________________________________ Fax: _____________________________________ Email Address: __________________________________________________________________ SECTION V- ATTACHMENTS ATTACHMENT B Solicitation No: RFP 25-0003 16 AFFIDAVIT OF NON-COLLUSION / COMPLIANCE WITH TAX LAWS ______________________________________ (Proposer) I state that: (1) The correct taxpayer identification numbers are: A. Federal Employer ID Number (EIN): ____________________ B. Employer’s Oregon ID Number: __________________ (2) Proposer is not subject to backup withholding because (i) Proposer is exempt from backup withholding, (ii) Proposer has not been notified by the IRS that Proposer is subject to backup withholding as a result of a failure to report all interest or dividends, or (iii) the IRS has notified Proposer that Proposer is no longer subject to backup withholding; (3) The price(s) and amount of this Proposal must be arrived at independently and without consultation, communication or agreement with any other Supplier, Proposer or potential Proposer, except as disclosed on the attached appendix. (4) That neither the price(s) nor the amount of this Proposal, and neither the approximate price(s) nor approximate amount of this Proposal, will be disclosed to any other firm or person who is a Proposer or potential Proposer, and they will not be disclosed before Contract award. (5) No attempt has been made or will be made to induce any firm or person to refrain from proposing on this Solicitation, or to submit any noncompetitive Proposal or other complementary Proposal. (6) The Proposal of my firm is made in good faith and not pursuant to any agreement or discussion with, or inducement from, any firm or person to submit a complementary or other noncompetitive Proposal. (7) _________________________________________ (name of firm), its affiliates, subsidiaries, officers, directors and employees are not currently under investigation by any governmental agency and have not in the last four years been convicted of or found liable for any act prohibited by State or Federal law in any jurisdiction, involving conspiracy or collusion with respect to proposing on any public contract, except as described in the attached appendix. I state that ________________________________________________ (name of firm) understands and acknowledges that the above representations are material and important, and will be relied on by the Beaverton School District in awarding the contract(s) for which this Proposal is submitted. I understand and my firm understands that any misstatement in this affidavit is and will be treated as fraudulent concealment from the Beaverton School District of the true facts relating to the submission of Proposals for this contract. I am authorized to act on behalf of Proposer, and have authority and knowledge regarding Proposer's payment of taxes, and to the best of my knowledge, Proposer is not in violation of any Oregon tax laws, including, without limitation, those tax laws listed in ORS 305.380(4), the elderly rental assistance program under ORS 310.630 to 310.706; and any local taxes administered by the Oregon Department of Revenue under ORS 305.620. ________________________________________________ (Affiant’s Signature) County of _________________________________ Signed and sworn to before me on ___________________________ by ________________________________________ (date) (Affiant’s name) Notary: ____________________________________ My Commission Expires: _________________________ SECTION V- ATTACHMENTS ATTACHMENT C Solicitation No: RFP 25-0003 17 NON-CONFLICT OF INTEREST CERTIFICATION Issuing Agency: Beaverton School District I, hereby certify I have read the statement defining conflict of interest as quoted below; that I understand the statement; that no conflict of interest exists as therein defined, which precludes an impartial Bid/Proposal to be submitted by myself or the entity/company for which the Bid/Proposal is submitted, and that if such a conflict should arise, I will immediately notify the Beaverton School District and disqualify my Bid/Proposal. "NO OFFICER, EMPLOYEE, OR AGENT OF THE BIDDER/PROPOSER HAS ANY PERSONAL FINANCIAL INTEREST, DIRECT OR INDIRECT, IN THE OPERATION OF THE BEAVERTON SCHOOL DISTRICT OR WITH ANY PARTY CONNECTED WITH THE OREGON SCHOOL AND DISTRICT IMPROVEMENT NETWORK, DIRECTLY OR INDIRECTLY." ______________________________________________________ Proposer Name (signature) ______________________________________________________ Proposer Name (printed) ______________________________________________________ Proposer Title (printed) ______________________________________________________ Entity/Company Name (printed) ______________________________________________________ Date SECTION V- ATTACHMENTS ATTACHMENT D Solicitation No: RFP 25-0003 18 PROPOSER RESPONSIBILITY FORM (PROPOSER’S QUALIFICATIONS AND FINANCIAL INFORMATION) DECLARATION AND SIGNATURES The undersigned hereby declares that he or she is duly authorized to complete and submit this Proposer Responsibility Form and that the statements contained herein are true and correct as of the date set forth below. Incomplete, incorrect or misleading information will be reason for a determination by the District of Proposer non-responsibility. Date: By: (Signature of authorized official) Name: (Please type or print) Title: (Please type or print) For: (Firm’s name) (Please type or print) Instructions 1. The information provided in this form is part of the District inquiry concerning proposer responsibility. Please print clearly or type. 2. If you need more space, use plain paper. Submit completed form with Proposal response. 3. Answer all questions. Submission of a form with unanswered questions, incomplete or illegible answers may result in a finding that the Proposer is not a responsible Proposer. SECTION V- ATTACHMENTS ATTACHMENT D Solicitation No: RFP 25-0003 19 RELIABILITY Has your company ever been declared in breach of any contract for unperformed or defective work? Yes. No. If “yes”, explain. Has any employee or agent of your company ever been convicted of a criminal offense arising out of obtaining, attempting to obtain, or performing a public or private contract or subcontract? Yes. No. If “yes,” explain. Has any employee or agent of your company been convicted under state or federal law of embezzlement, theft, forgery, bribery, falsification or destruction of records, receiving stolen property or any other offense indicating a lack of busines s integrity or business honesty? Yes. No. If “yes,” explain. Has your company or any employee or agent of your company been convicted under state or federal antitrust laws? Yes. No. If “yes,” explain. Has any Officer or Partner of your organization ever been an Officer or Partner of another Organization that failed to complete a construction contract? Yes. No. If “yes,” explain. ____________________________ SECTION V- ATTACHMENTS ATTACHMENT D Solicitation No: RFP 25-0003 Asbestos and Mold Inspection, Management Planning Services, and Radon, Lead in Water, and Lead Paint Testing 20 FINANCIAL RESOURCES Has your firm ever been at any time in the last ten years the debtor in a bankruptcy case? Yes. No. If “yes,” explain. Does your firm have any outstanding judgments pending against it? Yes. No. If “yes,” explain. In the past ten years, has your firm been a party to litigation, arbitration or mediation where the amount in dispute exceeded $10,000? Yes. No. If “yes,” explain. (Include court, case number and party names.) In the past ten years, has your firm been a party to litigation, arbitration or mediation on a matter related to payment to subcontractors or work performance on a contract? Check “yes” even if the matter proceeded to arbitration or mediation without court litigation. Yes. No. If “yes,” explain. (Include court, case number and party names.) Have you or any of your affiliates discontinued business operation with outstanding debts? Yes. No. If “yes,” explain. SECTION V- ATTACHMENTS ATTACHMENT E Solicitation No: RFP 25-0003 21 KEY PERSONNEL List the principal individuals of your company, their current job title, the total years of experience they have in the industry and their current primary responsibility for your company. Corporations list current officers and those who own 5% or more of the corporation’s stock. Limited liability companies list members who own 5% or more of the company. Partnerships list all partners. Joint ventures list each firm that is a member of the joint venture and the percentage of ownership the firm has in the joint venture. ITEM Principal Individual A. Name B. Position C. Years in Position D. Current Primary Responsibility ITEM Principal Individual A. Name B. Position C. Years in Position D. Current Primary Responsibility ITEM Principal Individual A. Name B. Position C. Years in Position D. Current Primary Responsibility ITEM Principal Individual A. Name B. Position C. Years in Position D. Current Primary Responsibility Person who will be in direct charge of work if your company is awarded this Contract: ITEM PERSON IN DIRECT CHARGE A. Name B. Position C. Years in Position D. Largest Project Supervised -$ E. Largest number of employees ever supervised
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
The Beaverton School District is seeking proposals for the Environmental Inspection and Remediation Planning services under Solicitation No: 25-0003. This opportunity is geared towards qualified consultants who can provide a range of environmental services, including asbestos inspection and environmental site assessments, on an as-needed basis. The proposals are due by March 12, 2026, and a master contract will be issued for successful bidders.
The Beaverton School District aims to establish Master Contracts for Environmental Inspection and Remediation Planning services to ensure compliance with environmental regulations and manage the safety of its facilities.
- Provide Asbestos and Mold Inspection services
- Create Management Planning Services
- Manage Contaminated Media Management Plans (CMMP)
- Conduct Environmental Site Assessments (ESAs)
- Test for Radon, Fuel Oils, Underground Storage Tanks, Lead in Water, and Lead Paint
- Company overview and relevant experience
- Detailed pricing structure
- Resumes of key personnel
- List of previous clients
- Proof of insurance
- Completed proposal document
- Any required forms from OregonBuys
Source coverage notes
Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.
- Specific evaluation criteria for proposals
- Details on the selection process
- Exact number of contracts to be awarded
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.