HEALTH & WELFARE: $5.55 per hour, up to 40 hours per week, or $222.00 per week or $962.00 per month HEALTH & WELFARE EO 13706: $5.09 per hour, up to 40 hours per week, or $203.60 per week, or $882.27 per month* *This rate is to be used only when compensating employees for performance on an SCA- covered contract also covered by EO 13706, Establishing Paid Sick Leave for Federal Contractors. A contractor may not receive credit toward its SCA obligations for any paid sick leave provided pursuant to EO 13706. | VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor, 3 weeks after 5 years, and 4 weeks after 15 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) | HOLIDAYS: A minimum of eleven paid holidays per year: New Year's Day, Martin Luther King Jr.'s Birthday, Washington's Birthday, Memorial Day, Juneteenth National Independence Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4.174) THE OCCUPATIONS WHICH HAVE NUMBERED FOOTNOTES IN PARENTHESES RECEIVE THE FOLLOWING: 1) COMPUTER EMPLOYEES: This wage determination does not apply to any individual employed in a bona fide executive, administrative, or professional capacity, as defined in 29 C.F.R. Part 541. (See 41 C.F.R. 6701(3)). Because most Computer Systems Analysts and Computer Programmers who are paid at least $27.63 per hour (or at least $684 per week if paid on a salary or fee basis) likely qualify as exempt computer professionals under 29 U.S.C. 213(a)(1) and 29 U.S.C. 213(a)(17), this wage determination may not include wage rates for all occupations within those job families. In such instances, a conformance will be necessary if there are nonexempt employees in these job families working on the contract. Job titles vary widely and change quickly in the computer industry, and are not determinative of whether an employee is an exempt computer professional. To be exempt, computer employees who satisfy the compensation requirements must also have a primary duty that consists of: (1) The application of systems analysis techniques and procedures, including consulting with users, to determine hardware, software or system functional specifications; (2) The design, development, documentation, analysis, creation, testing or modification of computer systems or programs, including prototypes, based on and related to user or system design specifications; (3) The design, documentation, testing, creation or modification of computer programs related to machine operating systems; or (4) A combination of the aforementioned duties, the performance of which requires the same level of skills. (29 C.F.R. 541.400). Any computer employee who meets the applicable compensation requirements and the above duties test qualifies as an exempt computer professional under both section 13(a)(1) and section 13(a)(17) of the Fair Labor Standards Act. (Field Assistance Bulletin No. 2006-3 (Dec. 14, 2006)). Accordingly, this wage determination will not apply to any exempt computer employee regardless of which of these two exemptions is utilized. 2) AIR TRAFFIC CONTROLLERS AND WEATHER OBSERVERS - NIGHT PAY & SUNDAY PAY: If you work at night as part of a regular tour of duty, you will earn a night differential and receive an additional 10% of basic pay for any hours worked between 6pm and 6am. If you are a full-time employed (40 hours a week) and Sunday is part of your regularly scheduled workweek, you are paid at your rate of basic pay plus a Sunday premium of 25% of your basic rate for each hour of Sunday work which is not overtime (i.e. occasional work on Sunday outside the normal tour of duty is considered overtime work). ** HAZARDOUS PAY DIFFERENTIAL ** An 8 percent differential is applicable to employees employed in a position that represents a high degree of hazard when working with or in close proximity to ordnance, explosives, and incendiary materials. This includes work such as screening, blending, dying, mixing, and pressing of sensitive ordnance, explosives, and pyrotechnic compositions such as lead azide, black powder and photoflash powder. All dry-house activities involving propellants or explosives. Demilitarization, modification, renovation, demolition, and maintenance operations on sensitive ordnance, explosives and incendiary materials. All operations involving re-grading and cleaning of artillery ranges. A 4 percent differential is applicable to employees employed in a position that represents a low degree of hazard when working with, or in close proximity to ordnance, (or employees possibly adjacent to) explosives and incendiary materials which involves potential injury such as laceration of hands, face, or arms of the employee engaged in the operation, irritation of the skin, minor burns and the like; minimal damage to immediate or adjacent work area or equipment being used. All operations involving, unloading, storage, and hauling of ordnance, explosive, and incendiary ordnance material other than small arms ammunition. These differentials are only applicable to work that has been specifically designated by the agency for ordnance, explosives, and incendiary material differential pay. ** UNIFORM ALLOWANCE ** If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract, by the employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance: The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However, in those instances where the uniforms furnished are made of """"wash and wear"""" materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs. ** SERVICE CONTRACT ACT DIRECTORY OF OCCUPATIONS ** The duties of employees under job titles listed are those described in the """"Service Contract Act Directory of Occupations"""", Fifth Edition (Revision 1), dated September 2015, unless otherwise indicated. ** REQUEST FOR AUTHORIZATION OF ADDITIONAL CLASSIFICATION AND WAGE RATE, Standard Form 1444 (SF-1444) ** Conformance Process: The contracting officer shall require that any class of service employee which is not listed herein and which is to be employed under the contract (i.e., the work to be performed is not performed by any classification listed in the wage determination), be classified by the contractor so as to provide a reasonable relationship (i.e., appropriate level of skill comparison) between such unlisted classifications and the classifications listed in the wage determination (See 29 CFR 4.6(b)(2)(i)). Such conforming procedures shall be initiated by the contractor prior to the performance of contract work by such unlisted class(es) of employees (See 29 CFR 4.6(b)(2)(ii)). The Wage and Hour Division shall make a final determination of conformed classification, wage rate, and/or fringe benefits which shall be paid to all employees performing in the classification from the first day of work on which contract work is performed by them in the classification. Failure to pay such unlisted employees the compensation agreed upon by the interested parties and/or fully determined by the Wage and Hour Division retroactive to the date such class of employees commenced contract work shall be a violation of the Act and this contract. (See 29 CFR 4.6(b)(2)(v)). When multiple wage determinations are included in a contract, a separate SF-1444 should be prepared for each wage determination to which a class(es) is to be conformed. The process for preparing a conformance request is as follows: 1) When preparing the bid, the contractor identifies the need for a conformed occupation(s) and computes a proposed rate(s). 2) After contract award, the contractor prepares a written report listing in order the proposed classification title(s), a Federal grade equivalency (FGE) for each proposed classification(s), job description(s), and rationale for proposed wage rate(s), including information regarding the agreement or disagreement of the authorized representative of the employees involved, or where there is no authorized representative, the employees themselves. This report should be submitted to the contracting officer no later than 30 days after such unlisted class(es) of employees performs any contract work. 3) The contracting officer reviews the proposed action and promptly submits a report of the action, together with the agency's recommendations and pertinent information including the position of the contractor and the employees, to the U.S. Department of Labor, Wage and Hour Division, for review (See 29 CFR 4.6(b)(2)(ii)). 4) Within 30 days of receipt, the Wage and Hour Division approves, modifies, or disapproves the action via transmittal to the agency contracting officer, or notifies the contracting officer that additional time will be required to process the request. 5) The contracting officer transmits the Wage and Hour Division's decision to the contractor. 6) Each affected employee shall be furnished by the contractor with a written copy of such determination or it shall be posted as a part of the wage determination (See 29 CFR 4.6(b)(2)(iii)). Information required by the Regulations must be submitted on SF-1444 or bond paper. When preparing a conformance request, the """"Service Contract Act Directory of Occupations"""" should be used to compare job definitions to ensure that duties requested are not performed by a classification already listed in the wage determination. Remember, it is not the job title, but the required tasks that determine whether a class is included in an established wage determination. Conformances may not be used to artificially split, combine, or subdivide classifications listed in the wage determination (See 29 CFR 4.152(c)(1)).
RFI 25-0026 Construction Management Software for Capital Projects
Federal opportunity from P3404805 - Facilities Dev Dept | P3404 - Facilities Dev Dept • Beaverton School District #48J. Place of performance: OR. Response deadline: May 28, 2026.
Support routes that fit this solicitation
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.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 359 more rate previews.↓
Point of Contact
Agency & Office
Description
RFI 25-0026 Construction Management Software for Capital Projects The purpose of this Request for Information (RFI) is to conduct market research of vendors, services, and other information related to Construction Management Software services. REQUEST FOR INFORMATION 25-0026 Construction Management Software for Capital Projects RFI Closing: May 28, 2026- 2PM PST Issued by Beaverton School District (“District”) 1260 NW Waterhouse Avenue Beaverton, Oregon 97006 April 16, 2026 SUMMARY RFI 25-0026 Construction Management Software for Capital Projects REQUEST FOR INFORMATION RFI 25-0026 Summary The purpose of this Request for Information (RFI) is to conduct market research of vendors, services, and other information related to Construction Management Software services. CLOSING: May 28, 2026 at 2:00 PM Pacific Time ALL questions and comments regarding this RFI must be directed ONLY IN WRITING by email to: contracts@beaverton.k12.or.us 1. Purpose and Introduction: Beaverton School District (“the District”) is seeking information from qualified vendors regarding Construction Management Software (CMS) solutions that support project management, budgeting, planning, design, procurement, construction, and close-out activities across multi-year Capital Improvement Programs (CIP). This RFI is exploratory and intended to help the District evaluate available systems, functionality, implementation approaches, and cost structures to inform a potential future procurement process. 2. Background a. Beaverton School District is the third largest School district in Oregon comprising 34 elementary schools, 9 middle schools, 6 high schools, 5 option schools, 19 option programs and 2 charter schools. We have more than 39,000 students and nearly 4,500 staff members. b. The District oversees capital projects including major renovations, additions, and new school construction. Current workflows involve multiple platforms for project management, budgeting, financial controls, design coordination, and reporting. c. The District currently uses Trimble Unity Construct. The District is evaluating modern CMS platforms to improve: Project management Procurement and Contracting Processes Project scheduling and milestones Financial controls (budget, contracts, pay apps, change orders) Document management Construction field management Compliance, audit readiness, and transparency Integration with PowerSchool’s Business Plus software Reporting for internal and public accountability d. The District aims to understand: Available CMS solutions suitable for public-sector capital programs Features, functionality, required modules, and system architecture Implementation requirements, timeline, support, and training SUMMARY RFI 25-0026 Construction Management Software for Capital Projects Integration capabilities (Single Sign On, ERP, Docusign, Bluebeam, financial systems, etc.) Data governance, audit compliance, and security standards Cost models (subscription, user licenses, implementation, add-ons) Vendor experience with K-12, municipal, or public capital programs 3. Requested information a. Company Information i. Describe your Company’s history, financial strength, leadership, location, number of employees, structure. ii. Experience implementing CMS for school districts, especially school districts of a similar size and demographic to the Beaverton School District. iii. References for comparable projects. b. System Overview and Functionality i. Desired modules may include: Program & project management Budgeting, forecasting, and financial tracking Bond program and series tracking Contract, PO, and change order management Pay application and invoicing workflows RFI, Submittals, ASIs, Field Reports Document management & version control Scheduling & milestone tracking Task management Construction field app/mobile capabilities Reporting & dashboards Timekeeping COBID / Minority and diversity reporting Describe how your platform manages complex workflows. How customizable is the interface for different user roles? Processes? Describe any process automation or configurable workflows. c. Technical Structure i. Describe system architecture including things such as: Do all web services require SSL for all access, with a minimum of TLS 1.2 or higher? Does software support authenticated users via district supported SAML or OAUTH for end users. SAML through Entra is preferred. Must communicate with District’s current email system. Vendor must not send email from district email addresses. Browser – describe if your software supports Chrome, Edge, Firefox, and Safari browsers. Will software support new versions of these browsers within 60 days of release? Does software use flash, Java, or any other plugins not included with the browser? ii. Describe how your system meets the following security requirements: Do you conform with a specific industry standard security framework? (e.g. NIST SUMMARY RFI 25-0026 Construction Management Software for Capital Projects Cybersecurity Framework, ISO 27001, etc.) Please identify which one under "additional information" Have you had a significant cybersecurity incident that has disrupted availability for longer than 8 hours? Have you had a security event in the last 5 years that impacted privacy, operations, data, customers, what steps did you take to handle the incident? Do you have a formal risk management and cybersecurity program in place? Does your system support various permission levels (for example, role based access control) for end users? Do you enforce additional security controls for privileged access users (e.g. system administrators)? Can employees access protected or sensitive data remotely? Is an audit log of access maintained by the system? Is district data appropriately segmented and secured from other organization's data or access and can you demonstrate through reports? Do you have strong authentication in place including MFA and additional controls for privileged access accounts? Do you logically separate the institution's data from that of other customers? Do backups containing institution data ever leave the United States, either physically or via network routing? Do you have a media handling process that is documented and currently implemented, including end-of-life, repurposing, and data sanitization procedures? Is any institution data visible in system administration modules/tools? Does the database implement encryption of specified data elements in storage consistent with current encryption standards? Will any institution data leave the United States? Does your company own the physical data center where the institution's data will reside? Do you have a Disaster Recovery Plan (DRP)? Are any disaster recovery locations outside the institutions of the United States? Are you utilizing a web application firewall (WAF) and/or a stateful packet inspection (SPI) firewall? Do you have a documented policy for firewall change requests? Do you have automated threat monitoring and notification systems enabled? (for example, SEIM, EDPM, etc.) Is there a 24x7x365 monitoring and response process in place for intrusions? Does your organization have physical security controls and policies in place? Are employees allowed to access or transport customer data, copy or store customer data on personally owned devices, or physically remove data from the protected infrastructure of your organization? Do you have standard hardened configurations for servers, appliances and mobile devices? Have your systems and applications had a third party security assessment completed in the last year? SUMMARY RFI 25-0026 Construction Management Software for Capital Projects iii. Software Installed on BSD Computers Is there any required or optional software installed on BSD servers or workstations? a. Please list and describe the function of the software. b. List all additional software prerequisites even if installed automatically with the primary application. Include vendor, software name, and version. c. What are the hardware and OS requirements for the installed software? d. Integration Capabilities i. Describe existing or possible integrations with PowerSchool Business Plus ii. Possible integrations with other construction management or scheduling platforms, such as Asana, Microsoft Project, Procore, etc. iii. Docusign (or similar), iv. Bluebeam, and related tools v. Use of AI within the platform e. Timeline and Implementation i. Describe a typical implementation timeline and support model. ii. Describe your approach to data migration when transitioning customers from a legacy construction management system to your platform. Include data migration capabilities and typical approach, including the types of data that can be migrated, required customer involvement, and any additional limitations or assumptions. iii. Identify any prerequisites, constraints, or risks that could affect data migration or implementation timelines or outcomes. f. Pricing Structure i. Pricing model (subscription, user-based licensing, enterprise licensing, etc.) ii. Implementation and onboarding costs iii. Optional modules or add-on pricing iv. Cost considerations for a capital program with an annual spend of approximately $50– 100 million g. Contracting Considerations i. Provide a list of cooperative contracts that comply with the cooperative contracting provisions found in ORS 279B under which your software is offered ii. Provide access to any standard contract terms and conditions that your firm would require if selected as a vendor 4. Software Demonstration Overview a. As part of this RFI process, selected vendors may be invited to provide a software demonstration to help the District better understand the proposed solution and its suitability for the District’s environment. b. Demonstration Expectations: Format: Live virtual demonstration (preferred) Length: Approximately 30–45 minutes, including questions Version: Current, generally available version of the software Audience: District business, technical, and procurement staff c. Demonstration Focus Areas SUMMARY RFI 25-0026 Construction Management Software for Capital Projects i. The demonstration should briefly cover the following: Core functionality relevant to the District’s needs User experience and ease of use for staff with varying technical skill levels Basic configuration and system administration Reporting and data access Security, user access, and audit features High-level integration capabilities d. Participation and Approach Demonstrations should be led by personnel knowledgeable about the product. Sales or marketing content should be limited. The focus should remain on showing how the software would function in a real‐world school district setting. e. Question and Follow-up i. Time should be reserved for District questions related to: Implementation approach Support and training Licensing model (high-level) Alignment with public-sector requirements 5. RFI Milestones: Responses Due: Thursday May 28, 2026, 2:00 PM To ensure proper identification and handling, the Responses must be submitted to contracts@beaverton.k12.or.us and the email subject line/body text/file names should include the RFI number, and/or other clearly identifying information. [District Clarifications are on next page] SUMMARY RFI 25-0026 Construction Management Software for Capital Projects District Clarifications: 1. NOT AN ORDER. This is ONLY a request for information and should not be construed as intent, commitment or promise to acquire the equipment, goods or services presented by Firms. This RFI is being published strictly for the purpose of gaining knowledge of the referenced equipment, goods or services available in the market and their application potential. 2. OBLIGATION. The District will not be obligated to any Firm as a result of this RFI. The District is not obligated for any cost incurred by Firms in the preparation of the Request for Information. The District will not pay for any information herein requested nor is liable for any costs incurred by the Firm. For economy of presentation, special bindings, colored displays, promotional materials and the like are not required but if they are presented, the District will not be responsible for this cost. 3. PRICING. The Firm is not required to provide prices for any solutions proposed. However, general cost estimates would be appreciated. The figures provided are not binding to the company. These costs will assist the District in developing our initial strategy and budget for the project. 4. REQUEST FOR INFORMATION. From the data collected through this RFI, the District will review all information and options, assess our needs. 5. OWNERSHIP. All information obtained shall become the property of the District upon receipt and will not be returned or disclosed. 6. COMMUNICATIONS/DEADLINES. The District may, at its sole discretion, adjust deadlines, accept late responses, and/or communicate with prospective respondents about this RFI.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.