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)).
Pre-Solicitation Notice - Wasco County TSP Update (TGM 4B-24)
Federal opportunity from 7304310 - Planning | 6442 - TGM-ODOT • Department of Transportation. Place of performance: OR. Response deadline: Jul 31, 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
Pre-Solicitation Notice - Wasco County TSP Update (TGM 4B-24) See Attachments Tab for the Pre-Solicitation Notice See Attachments tab for notice Pre-Solicitation Notice for: Wasco County, Transportation System Plan ( “TSP”) Update (TGM 4B-24) Interested Parties are advised:
- This is not a Request for Proposal ("RFP") or a Request for Information ("RFI"); therefore a
solicitation package is not provided with this posting.
- Do not submit Proposals or Offers in response to this Pre-Solicitation Notice. All Proposals and Offers
received by Agency in response to this notice will be rejected.
- Information provided under this Pre-Solicitation Notice is subject to change.
- This project may be delayed, cancelled, or revised at any time.
Project Synopsis The Oregon Department of Transportation ("ODOT") anticipates releasing a Request for Proposals ("Mini-RFP" or “RFP”) to seek proposals from TLUP ’21 vendors (under the Transportation System Planning discipline) for the Wasco County Transportation System Plan (“TSP”) Update. The purpose of the anticipated WOC is to update Wasco County’s (“County”) existing TSP, last updated in 2009 (“Current TSP”). The County has experienced continued population growth and economic development since then, resulting in additional demands on transportation infrastructure. These demands include agricultural users, freight, residential and commercial development, indus trial, tourists, and cycling. The County’s transportation system includes several key freight routes and serves many commuters travelling to and from neighboring communities. The TSP Update (“Project” or “Updated TSP”) must provide an assessment of the community’s transportation system priorities for the 20-year planning period. A key purpose of the assessment is to revisit transportation system priorities in an era of declining federal, state, and local transportation funding. An Updated TSP will address all modes of transportation and incorporate intelligent transportation systems (“ITS”) to enhance traffic safety and efficient movement of freight and system users. Updated TSP will also ensure consistency with federal and state transportation planning requirements and design standards including but not limited to Statewide Planning Goal 12 (Transportation), Oregon Administrative Rules (“OAR”) chapter 660 division12, also known as the Transportation Planning Rules (“TPR”), and the Oregon Highway Plan. A Disadvantaged Business Enterprises (“DBE”) goal is not anticipated. Project Objectives The County has adopted the following key objectives and expected outcomes for Project. The County’s overall objective is to provide a safe, efficient and economical transportation system that reflects the regional nature of how people and products move throughout North Central Oregon. The objectives are also intended to help address the issues identified in the problem statement. Desired outcomes of the Updated TSP include: Department of Transportation Transportation & Growth Management (“TGM”) Program 355 Capitol St. NE, MS 42 Salem, OR 97301
- Outline projects, programs, and policies to ensure the County can meet the current and future
transportation needs of the community based on community goals.
- Updated plans and policies to ensure compliance with the TPR, Oregon Transportation Plan and
Oregon Highway Plan. Project will review recent changes to the TPR and other OARs, and state policies related to access management. Project will identify potential opportunities to address significant issues through the application of alternative, local standards.
- Improved cost effectiveness in delivering transportation services through incorporation of information
from other state, regional and local transportation planning efforts and coordination with on-going regional transportation planning efforts. Project will consider identification of areas where refinement plans or interim measures will increase the life of a facility or delay the need for improvements.
- Enhanced public safety through assessment of the appropriate means for managing the state highways
and major arterials to meet the needs of both local and through traffic while improving safety and mobility. Project will evaluate opportunities to use ITS to address traffic safety by providing real-time information to drivers and to enhance transportation efficiency for all modes of travel.
- Improved transportation options for underserved populations. Project will solicit information from
local public service agencies and under-served populations to obtain input from and address the needs of all transportation system users. Project will evaluate gaps in service provision and identification of alternative transportation modes for underserved populations.
- Considering the large, rural nature of the County, seek opportunities for active transportation. Project
will incorporate practical plan elements to guide pedestrian and bicycle facilities to achieve maximum connectivity between bicycle, pedestrian, transit, and vehicle routes and facilities with the goal of providing an intermodal network of safe access for all users. Provide opportunities to increase awareness about the links between active transportation and public health.
- Considering the large, rural nature of the County, seek opportunities to maximize use of multimodal
transportation options. RFP Synopsis Solicitation Release Date It is anticipated that the RFP will be issued in OregonBuys, ODOT’s web-based eProcurement system (https://oregonbuys.gov/bso/ ), no earlier than April 1, 2026. The solicitation and any amendments for this project will be posted in OregonBuys. Once the documents are posted, the documents may be downloaded for viewing. Solicitation Bid Opening Date (“Close Date”) It is anticipated that the RFP will close approximately 10-30 calendar days after it is posted on OregonBuys. The actual date and time that proposals will be due will be available in the RFP document and in OregonBuys. This date and time may not be amended by ODOT unless it is in the Department's best interest. RFP Evaluations / Interviews and Follow up Questions It is anticipated that RFP evaluations will be conducted within 14-21 calendar days from the Bid Opening Date. Agency will reserve the right to conduct interviews or request responses to follow up questions at Agency's discretion. Questions Any questions pertaining to this pre-solicitation notice prior to the release of the RFP in OregonBuys should be directed only to the Devin Hearing until the solicitation is published. Email: mailto: devin.hearing@odot.oregon.gov After the solicitation is published, the Single Point of Contact for questions will be listed on the RFP. Proposal Submissions In order to propose on this opportunity, all required submittal items must be submitted via OregonBuys (submittals by any other means will be rejected). If your firm has not already registered as a vendor/supplier in OregonBuys, please click on the link below to get registered before the solicitation is published. Respectfully, Kelsey Maffei (Pronouns – he/him/his) Procurement Contract Specialist, OPBC TGM Grants/Contracts Program Manager ODOT Policy Data & Analysis Division 355 Capitol St. NE, MS 42 | Salem, OR 97301 Email: kelsey.m.maffei@odot.oregon.gov THIS IS NOT A REQUEST FOR PROPOSAL. THIS IS A PRE-SOLICITATION NOTICE.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
This Pre-Solicitation Notice announces upcoming plans for an Update to the Wasco County Transportation System Plan (TSP) under the TGM 4B-24 program. The RFP is expected to be released no earlier than April 1, 2026, and aims to address the evolving transportation infrastructure needs resulting from population growth and economic development in the region. Key objectives include enhancing public safety, improving transportation options for underserved populations, and ensuring compliance with statewide transportation planning requirements.
The Oregon Department of Transportation (ODOT) aims to update the Wasco County Transportation System Plan to reflect current and future transportation needs, enhance safety, and improve multimodal options while ensuring compliance with state and federal regulations.
- Firms experienced in transportation planning
- Consultants familiar with Oregon's transport regulations
- Organizations with prior TSP or infrastructure planning experience
- Release of RFP no earlier than April 1, 2026
- Conduct evaluations within 14-21 days after the Bid Opening
- Engage with local public service agencies and underserved populations
- Integrate smart transportation systems (ITS) for safety enhancements
- Outline compliance with Transportation Planning Rules (TPR)
- Vendor registration on OregonBuys
- Submission of all required items via OregonBuys
- Compliance with state and federal regulations in planning
More BidPulsar strategy notesCompliance, pricing, teaming, risks, questions, and coverage notes
- Ensure adherence to Statewide Planning Goal 12
- Follow Oregon Administrative Rules (OAR) chapter 660 division 12
- Align with the Oregon Highway Plan
- Competitive pricing aligned with similar TSP projects
- Consideration of economic conditions impacting transportation costs
- Value propositions focusing on improved service delivery and community benefits
- Engagement with local engineering firms for regional insights
- Collaboration with DBE-certified contractors
- Involvement of public health consultants for active transportation elements
- Potential project cancellation or delays as noted
- The changing transportation funding landscape
- Expectations for compliance with evolving planning regulations
- What are the specific changes in transportation planning regulations since the last TSP update?
- What stakeholder engagement strategies are preferred?
- How will emerging technologies in transportation be integrated?
Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.
- Detailed budget estimates for the project budget
- Specific DBE requirements or expectations
- Full scope of proposed improvements to the previous TSP
- Stakeholder list for public engagement efforts
- Any prior studies or assessments related to the TSP
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.