Active SLED Opportunity · OREGON · WASHINGTON COUNTY

    Forest Grove PSH - CM/GC RFP

    Issued by Washington County
    countyRFPWashington CountySol. 250490
    Open · 4d remaining
    DAYS TO CLOSE
    4
    due Apr 27, 2026
    PUBLISHED
    Apr 6, 2026
    Posting date
    JURISDICTION
    Washington County
    county
    NAICS CODE
    236220
    AI-classified industry

    AI Summary

    HAWC seeks qualified General Contractors for CM/GC services to construct 45-60 units of permanent supportive housing in Forest Grove, OR. The project emphasizes trauma-informed design and workforce diversity. Proposals due April 27, 2026, with mandatory interviews May 7, 2026.

    Opportunity details

    Solicitation No.
    250490
    Type / RFx
    RFP
    Status
    open
    Level
    county
    Published Date
    April 6, 2026
    Due Date
    April 27, 2026
    NAICS Code
    236220AI guide
    Jurisdiction
    Washington County
    State
    Oregon
    Agency
    Washington County

    Description

    The Housing Authority of Washington County (“HAWC”), issues this Request for Proposals (“RFP”) and invites the submittal of written proposals (“Proposals”) from qualified General Contractors interested in providing services for the permitting and construction of a new permanent supportive housing project containing 45 to 60 units. The HAWC intends the Forest Grove Permanent Supportive Housing (Forest Grove PSH) development to provide up to 45 to 60 units of permanent supportive housing along with program offices, common interior and exterior amenities and back-of-house spaces to support future residents.

    For this project, HAWC will be engaging the development consultant, architectural firm and the construction manager/general contractor under separate RFPs. It is our goal that the development consultant, architectural team, and general contractor will work together, from the beginning of the project forward, to ensure the development meets the client’s expectations. HAWC seeks to assemble a development team that is experienced in the trauma-informed design and the needs of the permanent supportive housing population.

    Background

    Housing Authority of Washington County (HAWC)

    HAWC was formed on August 4, 1970, by the Washington County Board of County Commissioners, to provide affordable housing opportunities to help break the cycle of poverty and improve the quality of life in our community. Today, HAWC continues to serve our community, administering a variety of programs to help low-income households in Washington County achieve housing stability. These programs include Housing Choice Vouchers, Public Housing and other rent assistance programs, as well as real estate development and programs dedicated to those experiencing homelessness.

    The Washington County Department of Housing Services was formed in 1992 to efficiently administer the housing activities and programs of both the Housing Authority and Washington County. While the Housing Authority remains a separate legal entity, it contracts with the County to implement and administer Housing Authority programs and all support services, like finance, purchasing and personnel. 

    HAWC is governed by the Housing Authority Board of Directors. The Board consists of the Washington County Board of Commissioners, one at-large member, and one member who receives assistance from the Housing Authority. The Board of Directors meets monthly to review the work and upcoming plans of the Housing Authority. 

     

    Forest Grove PSH

    HAWC acquired the site at 3127 Pacific Avenue in December 2025 and purchased the property for the purpose of developing Permanent Supportive Housing. At this early stage, it is anticipated that the development will include 45-60 studio and/or one-bedroom units, although the number of units may be modified based on funding availability. The program includes offices for case management and property management and a variety of communal indoor and outdoor spaces.

    This new construction development will serve “Population A”, namely households with disabling conditions that experience, or are at risk of, prolonged homelessness. In Washington County, these are mostly single adults and couples with high supportive service needs. As is best practice for PSH, trauma-informed design will be employed.

    The site is 67,000 square feet (1.54 acres), one tax lot, and is generally flat. The site currently consists of one building, with an asphalt parking lot located on the southwestern portion of the site and unimproved land on the northern portion. Refer to Exhibit A, site survey for existing site conditions including a claim corner monument. Additional utility easements along the perimeter may be required. The site is located along the north side of Pacific Avenue, a major transit corridor, and is close to key amenities, a TriMet-bus stop with frequent service, and shopping including Bi-Mart, Safeway, Goodwill, various medical services, Pacific University, a senior center, and the Open-Door Access Center in Cornelius.

    HAWC is the developer of this PSH project, with support from Centro Cultural resident services and CareOregon providing behavioral health consultation Together, this cohort attended the Permanent Supportive Housing Institute (PSHI), which was sponsored by the Oregon Housing and Community Services (OHCS) and the Corporation for Supportive Housing.

     

    Project Details

    • Reference ID: 2026.037-RFP
    • Department: Housing Authority
    • Department Head: Komi Kalevor (Director of Housing)

    Important Dates

    • Questions Due: 2026-04-21T00:00:00.000Z
    • Pre-Proposal Meeting: 2026-04-15T16:00:00.000Z — 3127 Pacific Ave. Forest Grove, OR

    Addenda

    • Addendum #1 (released 2026-04-07T15:10:00.872Z) —

      For the purposes of this RFP ALL mentions of Washington County shall be replaced with Housing Authority of Washington County (HAWC).

    • Official Notice #1: Pre-Proposal Sign In (released 2026-04-15T20:36:45.095Z)
    • Addendum #2 (released 2026-04-08T19:00:19.311Z) —

      Please use the See What Changed link to view all the changes made by this addendum.

    • Addendum #3 (released 2026-04-21T19:38:17.580Z) —

      Please use the See What Changed link to view all the changes made by this addendum.

    • Addendum #4 (released 2026-04-21T21:42:23.493Z) —

      Please use the See What Changed link to view all the changes made by this addendum.

    Evaluation Criteria

    • Submittal Compliance (10 pts)

      Proposal was within the page count and conformed to all instructions in regards to submittal.  In addition to the 5-point penalty pages in excess of the page limit may not be read. Cover pages and tables of content count against the page limit.

    • Required verification (1 pts)
      1. Contact person, title, direct phone, and email address.
      2. Licensure: The CMGC firm shall be licensed for the type of work to be performed in the State of Oregon.
      3. Insurance: The CMGC firm shall include as a submittal to this RFP, a copy of the firm’s current insurance policy limits. Documentation will be required prior to contract award.
      4. Bond Capacity: The CMGC firm will understand requirements and confirmation that that the firm can meet bonding requirements.
      5. References: Provide a list for 3-5 similar projects completed within the last 5 years. Include owner reference contact information, a brief project description, and identify proposed team members who were involved in the project. HAWC will reach out and check references of high-scoring Proposers.
    • Firm History (5 pts)
      1. Provide company history include experience with new construction projects of a similar size, scope, and complexity.
      2. Describe your firm/team’s current workload, capacity, and its ability to commit staffing resources to this project. 
    • Qualifications and Experience (25 pts)
      1. Describe qualifications and experience to perform the work described in the Scope of Work. Experience should include direct experience with the specific subject matter, including past MWESB utilization and building workforce diversity. Your experience should note state or local government, County and housing authority experience. Include information and examples that demonstrate successful and reliable past performance, including meeting MWESB and workforce goals. Include a brief description of the Offeror’s business history including mergers, acquisitions, and re-organizations. 
      2. Describe the qualifications and relevant experience of key personnel, who will be assigned to this project. This includes personnel to perform the significant leadership, management, building business and workforce capacity, or creative functions by personnel, and who HAWC will have the most contact with during this project and any proposed subcontractors. (Identify each by their proposed role and include for each their name and up-to-date, pertinent resume).
      3. If the project is to be accomplished through an affiliation or joint venture, the names and addresses of those firms must be furnished, including the roles and responsibilities for each. Additionally, for each affiliated firm or joint venture participant, information regarding experience and qualifications must be provided
    • Plan Approach/Deliverables/Deadline (25 pts)
      1. Define what success looks like to your firm on this project. Describe your firm's understanding and proposed approach and how you will achieve a successful outcome.    
      2. Describe any value-added roles, individuals, or services that you will provide that enhance the project based on the project scope and goals. 
      3. Provide a narrative of your project management strategy and how you will execute the pre-construction work. 
      4. Describe your approach to working with the development team under a CMGC contract.
      5. Describe your firm/team’s current workload, capacity, and its ability to commit staffing resources to this project. 
      6. The contractor will assist the development team in community outreach. HAWC anticipates participation in two or three round table discussion to present the Forest Grove PSH project to the community. List three projects where your firm participated in community outreach with the development team. Identify what role your firm played and which members of the CMGC team participated.
    • Cost Management (20 pts)
      1. Provide the Fee Schedule included as Attachment
      2. Provide a total base fee for the Phase 1 - Pre-construction Services. Provide a fee schedule based on the team you plan to assemble for this project.   
      3. Provide proposed CM/GC fee percentage (or other) for the construction phase for reference only. 
      1. Describe how you will provide and determine a fair and reasonable price to the HAWC while maintaining and managing  project risk and making a fair profit.  
      2. List any additional services that HAWC has not indicated that if included would add value to the project.  Indicate if including them would constitute a change order during pre-design, and pre-design and provide a cost to perform such services. 
    • Permitting (10 pts)
      1. Discuss your firm’s approach to permitting (specifically with Washington County and jurisdictions within Washington County), schedule control, quality control, and document control. What project control systems do you utilize for this?  
      2. Identify how your firm works with local utilities including Clean Water Services, and Forest Grove Utilities.  
    • Access and Opportunity and Workforce (10 pts)

      HAWC’s aspirational goal for the project is a COBID or small local low participation, , women, and emerging small businesses utilization rate of 30% of the total value of any work performed, including any Early Work Amendments, Work added by the GMP, or change orders for pre-construction and construction contract values. 

      HAWC’s aspirational goal for construction workforce background is a minimum of 15% low participation and 3% female hours, including both journey and apprentice level workers. Work hours can only count towards one goal, (i.e., a Native American female worker will count towards either the low participation goal or the female goal, not both).

      HAWC aspires to a goal of 15% utilization of all work hours being performed by apprentices in a BOLI-registered or BOLI- recognized program.

      1. Describe the efforts you will make to create a Access in Subcontracting Plan (ASP) to solicit and award subcontracts to COBID and small local low participation , women,  and emerging small businesses by potential scope types, that may enhance the access  of the subcontracting team and workforce on the entire project to maximize participation of low participation  individuals and MWESB firms within Washington County.
      2. Describe any anticipated workforce gaps that may impede your ability to successfully achieve the aspiration goals and include a brief description of potential strategies to overcome any challenges or gaps. Describe the local workforce hiring plan to hire within Washington County. 
      3. What strategies will you use to maximize 100 opportunities for low participation and female workers on the jobsite? 
      4. Describe how you could implement an apprenticeship and training program to engage and train local talent on this project to maximize benefit to the people of Washington County.
      5. Describe how you will manage and track COBID and small local low participation, women, disadvantaged and emerging small businesses attainment and workforce utilization, including a description of your overall management of COBID and women, and participation , women,  and emerging small businesses and workforce programing during pre-construction and construction phases.
      6. Explain how you will provide a job site that is safe and free from bullying, hazing, and other unacceptable practices.
    • Contract History (5 pts)
      1. Provide listing, in chart format, of any and all alternative dispute resolution or litigation processes/proceeding involving your firm and a client in the last ten (10) years. Provide the name of the client, type of dispute resolution, and synopsis of the issues, who initiated the proceedings and the status or outcome of any judgment. Please note that no disclosure of monetary amounts is required, only the status or outcome, including but not limited to “pending hearings”, “in hearings”, “judgment for Client/Contractor”, “settled out of hearings”, “case dismissed”, “case withdrawn by…” 
      2. List any contracts terminated for cause or successful claims within the last five years and include the reason why. 
    • Interviews (85 pts)

      In person Interviews with key personnel. 

    • References (15 pts)

      Provide three client references for similar projects and scope successfully completed in a construction manager/general contractor (CMGC) delivery environment by the proposing firms either independently or together within the last 10 years.  Briefly describe each project, provide the project start and substantial completion dates, initial GMP and final cost. List of current proposed personnel who were involved in these projects. For each reference provide up-to-date individual contact name with e-mail and phone number. Inability to reach stated reference may result in reduction of assigned points

    Submission Requirements

    • Electronic Submittal (required)

      By electronically submitting this response the Supplier attests and certifies that:

      1. Person completing this response represents that I am either authorized to bind the Supplier, or that I am submitting the Response on behalf of and at the direction of the Supplier's representative authorized to contractually bind the Supplier.

      2. I represent that the Supplier or its applicable representative(s) has reviewed the information contained in this Solicitation Package and that the information submitted is accurate.

      3. Respondent agrees that the action of electronically submitting its response constitutes:

      a. an electronic signature on the responses, generally,

      b. an agreement to conduct business electronically,

      c. an electronic signature on any form or section specifically calling for a

      signature, and

      d. an affirmative agreement to any statement contained in the solicitation

      that requires a definite confirmation or acknowledgement.

    • Solicitation Requirements (required)

      Proposer read through and confirm that you met all of the Solicitation requirements?

    • Past Employment (required)

      Have you or a member of your staff been an employee of Washington County in the last six months?

    • Oregon Secretary of State Business Registry (required)

      Enter your registry number without dashes or spaces. If you are not currently registered enter N/A. If you are the successful bidder you will be required to register with the Secretary of State in order to contract with the County, per OAR 125-246-0330

    • CCB# (required)

      All Proposers must be registered with the Oregon Construction Contractors Board prior to submitting responses. Failure to be registered will be sufficient cause to reject a bid as "non- responsive". Please enter your CCB #.

    • Was AI used in any portion of the proposal you have uploaded in response to this RFP? (required)
    • Tax (required)

      The proposer hereby certifies that they have complied with the tax laws of Oregon and all political subdivision of the State of Oregon, including ORS 305.620 and ORS chapters 316, 317 and 318. Washington County may terminate the contract if contractor fails to comply with any tax laws during the term of the contract.

    • Contact Name, Email, and Phone Number (required)

      Provide the name, email, and phone number for the contact in case of questions, or interview or demonstration arrangements.

    • Interview Availability (required)

      May 7, 2026, Mandatory in person

      Olympic Room, Adams Crossing MS 63, 161 NW Adams Ave Suite 2000, Hillsboro, OR 97124
       
      Failure to be available and confirm availablity will result in disqualification.
    • Proposal Content

      The proposal shall be prepared succinctly, providing a straight forward, concise description of the proposer’s ability to meet the requirements of the RFP. There should be no unnecessary attachments or exhibits.

      Proposal should contain no more than Thirty (30) 8.5" x 11", pages of written material (excluding biographies and brochures which may be included in an appendix) describing the ability of the proposer to perform the work described. The minimum font shall be twelve (12) point single spaced and the minimum margins shall be one (1) inch on all sides.

    • Licensure (required)

      The CMGC firm shall be licensed for the type of work to be performed in the State of Oregon.

    • Insurance (required)

      The CMGC firm shall include as a submittal to this RFP, a copy of the firm’s current insurance policy limits. Documentation will be required prior to contract award.

    • Bond Capacity (required)

      The CMGC firm will understand requirements and confirmation that that the firm can meet bonding requirements.

    • Proposal Content (required)

      Upload your proposal here. After uploading documents responders are encouraged to open and review uploaded documents to verify that they can be opened and are the correct documents before submitting.  If the County cannot open any of the documents submitted the entire proposal will be disqualified. 

    • Separate Cost Proposal (required)

      Confirm that your fee proposal is not attached in your Proposal and is attached separately here.

    • References (required)

      Provide a list for 3-5 similar projects completed within the last 5 years. Include owner reference contact information, a brief project description, and identify proposed team members who were involved in the project. HAWC will reach out and check references of high-scoring Proposers.

    • Insurance Requirements (required)

      HAWC insurance requirements can be found under the section titled Insurance in Attachment A133 Exhibit C. The County may consider reducing insurance for these services. Please upload your Certificate of Insurance (Accord form) to indicate the level of insurance you currently possess .This does not have to meet the above stated requirements upon proposal submission however those requirements must be met prior to contract. 

    • Subcontractor Payment and Utilization Tracking (required)

      Contractor acknowledges the requirement of Subcontractor Payment and Utilization Reporting through B2GNow and LCP Tracker*

    • Confidential Information

      Upload all pages or documents containing information exempt from disclosure per the Proprietary Information, Ownership and Use of Documents article of the Terms and Conditions Section.

    • Proposed Edits to the AIA A133-2019 Standard Form of Agreement Between Owner and General Contractor

      Provide a narrative of any exceptions you have or edits you propose to the attached AIA A133-2019 Standard Form of Agreement. These requests will be reviewed by Procurement and forwarded to County Counsel for approval/denial. Submitting requests to alter the contract will have NO bearing on the scoring of proposals.

       

    • Solicitation Awareness (required)

      How did you hear about this opportunity?

    • Pre-Proposal Conference (required)

      Will there be a Pre-Proposal Conference?

    • Please select the options that pertain to this solicitation.
    • Electronic Pricing Table (required)

      Would you like to have bidders respond to an electronic pricing table through ProcureNow?

      Choose this if you want them to provide rates or pricing in a format dictated by you.

    • Separate Fee Proposal Upload (required)

      Will you want your bidder to separate a Price Proposal from the rest of the Response?

    • Page Limit (required)

      Proposal should contain no more than 'Page Limit 8.5" x 11", pages of written material (excluding biographies and brochures which may be included in an appendix) describing the ability of the proposer to perform the work described.

    • Will you be issuing more than one contract? (required)

      Is this a multiple award type solicitation?

    • Term of Contract (required)

      Unless authorized by the Board a contract cannot exceed five years, but there are various ways that contracts can be set up. Please choose your preference. Options 2 - 3 will require amendments to extend the contract at the designated times.

    • What is the Funding Source? (required)
    • Federal Funds (required)

      Will Federal Funds be used to pay part or all of the agreements made under this solicitation

    • Cost/Pricing Model

      What is the expected resulting Contract Type with a selection of "Firm-Fixed-Lump-Sum" Firm-Fixed-Unit-Price", "Cost-reimbursement + Fee/Profit/Incentive" "Mixed/Flexible" would then provide us a clear picture of what the price-proposal or cost-proposal structure needs to be, and this the approriate instructions to the proposer can be provided.

    • Subrecipient/Contractor *Related to Fed Funds only*

      Based on the intended scope of work for the awarded agreement, will the proposer be case as a subrecipient under 2 cfr 200.331

    • Fixed Award Permission *Related to Fed Funds only* (required)

      Do you have prior approval from the federal awarding agency to enter into a fixed awward? Did you inform them of the requirement for them to upload documentation of the pre-approval either from official guidance or from direct communication (email).

    • Beneficiary (required)

      Is this a solicitation for proposals/applications for a beneficiary program?

    Questions & Answers

    Q (Design Build Subcontractor Fee): The pricing sheet, Attachment A has a category for design-build subcontractor fee. Typically, these scope are bid out (if they are design-build) at the completion of schematic or DD set of drawings. Since there are no drawing available at this time, it is not advisable to price this at this time. Can this requirement be deleted?

    A: The Architect’s RFP included MEP, structure, landscape and envelope consultants. The CMGC may have a few scopes for design/build. The requirement to provide cost can be removed, however, the GC should include any design/build scopes they foresee for project of this type in this location.


    Q (Special Inspections and Materials Testing Services): Will the special inspections and materials testing services be contracted through the CM/GC, or directly by Washington County?

    A: Is this question with regard to a section of the contract or the RFP itself?


    Q (Proposal Submission Requirements): Please confirm max page count, font size, etc. - Section 4.1. "Proposal Submission Requirements" indicates no more than 30 pages, and Section 10.10, "Vendor Submissions - Proposal Content," indicates no more than 50 pages.

    A: The 50 was a typo, no more than 30 pages is the limit.


    Q (No subject): Attachment A asks for design build subcontractor fees. Please confirm which scopes will be design build? For the CMGC General conditions please confirm if the % should be based on the $16M or $35M.  Clarify what defines General Conditions for the Attachment A. Exhibit F is included but not filled out. Should General Conditions be project staffing costs only?

    A: 1. The Architect’s RFP included MEP, structure, landscape and envelope consultants. The CMGC may have a few scopes for design/build. The requirement to provide cost can be removed, however, the GC should include any design/build scopes they foresee for project of this type in this location. 2. Attachment A should be completed to provide HAWC with an understand of what the GC fees for the project would be for the project. If general conditions will vary based on the size of the project the proposer should provide a sliding scale that reflects what the percentage will be in relation to construction costs between $16 mill and $35 mill. 3. A133-Exhibit F has been updated to include elements HAWC anticipates will be included in General Conditions as identified in Attachment A. Please note that as part of the A133, Exhibit F is subject to contract negotiations.


    Q (Required Attachments for Submission): Of the 21 attachments and exhibits listed in the Attachment Section, which are required for submission, as only Attachment A is mentioned in the proposal requirements (Cost Management, #1), however, in section 8.10, it indicates "any proposal response form" listed in the Attachment Section - is just Attachment A, B, and E required for submission? Thank you!

    A: Attachment G- to be completed once CMGC is selected, Exhibits to the contract to be completed once the contract is executed or as reference documents during construction. U-A133-Exhibit F – has been revised and is attached. See note 3. above. Proposer to note if they are requesting changes to items identified as General Conditions in Exhibit F. Scoring to be part of Phase 2. 4.C


    Key dates

    1. April 6, 2026Published
    2. April 27, 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.