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)).
RFP 13-2026 Construction Manager/General Contractor Services OCSD 2025 Bond Phase 3 Projects
Federal opportunity from P0306204 - Ops-Admin | OPS - Ops-Admin • Oregon City School District. Place of performance: OR. Response deadline: May 19, 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 357 more rate previews.↓
Point of Contact
Agency & Office
Description
RFP 13-2026 Construction Manager/General Contractor Services OCSD 2025 Bond Phase 3 Projects CM/GC Services for the 2025 OCSD Phase 3 Bond Projects Page 1 of 22 Oregon City School District 62 Request for Proposals Construction Manager / General Contractor Services Beavercreek Elementary School, Gaffney Lane Elementary School, Redland Elementary School and Pioneer Stadium Renovation Projects Request for Proposal Number: B13-2026 RFP Issued: April 23, 2026 Proposals Due: Not Later than 2:00 p.m. Pacific Standard Time, Tuesday, May 19, 2026. Late proposals will not be accepted or considered. Submit Proposals to: Physical Address: Oregon City School District 1417 12th Street Oregon City, OR 97045 Direct Questions to: Procurement Contact: Kimberly Davis Email: kimberly.davis@orecity.k12.or.us Deadline for Questions: May 11, 2026 Electronic Responses: Responses provided by email, mail or courier service will not be accepted or considered. Pre-Proposal Meeting: A mandatory pre-proposal meeting will be held on May 5, 2026, 9:00 a.m. at the District Bond Office located at 14551 Meyers Rd, Oregon City, OR 97045. Request for Proposal (RFP) Availability: This RFP is available electronically from the Oregon Buys website at http://oregonbuys.gov/bso/. Interested parties must be registered with Oregon Buys to obtain and download documents. There is no cost to register. All information associated with this solicitation, including solicitation addenda, will be posted to Oregon Buys . Proposal Opening: The proposals will be opened in public on May 19, 2026 at approximately 2:15 p.m. at the District Office at the location identified above. Only the name of the proposer will be read aloud. Oregon City School District Request for Proposal Number: B13-2026 Phase 3 Projects: Beavercreek ES, Gaffney Lane ES, Redland ES, Pioneer Stadium April 23, 2026 Page 2 of 22 Table of Contents 1 Introduction ....................................................................................................................................................... 4 1.1 Executive Summary ................................................................................................................................ 4 1.2 Background ............................................................................................................................................. 4 2 Project Information ............................................................................................................................................ 4 2.1 Project Background ................................................................................................................................. 4 2.2 Explanation of Construction Work ........................................................................................................... 5 2.3 Project Team ........................................................................................................................................... 6 2.4 Project Schedules ................................................................................................................................... 7 2.5 Students, Staff and Learning Environment Safety .................................................................................. 7 2.6 Construction During Facility Occupancy ................................................................................................. 7 2.7 Quality Standards .................................................................................................................................... 8 2.8 Site Constraints ....................................................................................................................................... 8 2.9 Concurrent Mechanical, Electrical and Building Systems ....................................................................... 8 2.10 Neighborhood Relations.......................................................................................................................... 8 3 Services to be Provided .................................................................................................................................... 9 3.1 Description of Services Overview ........................................................................................................... 9 3.2 Special Requirements ........................................................................................................................... 10 3.3 Specific Services Description ................................................................................................................ 11 4 Selection Process .......................................................................................................................................... 11 4.1 Method of Selection .............................................................................................................................. 11 4.2 Selection ............................................................................................................................................... 12 4.3 Pre-Construction Services Contract Award .......................................................................................... 12 4.4 Selection Schedule ............................................................................................................................... 12 4.5 Mandatory Pre-Proposal Meeting ......................................................................................................... 12 4.6 Proposal Procedure Requirements ....................................................................................................... 12 5 Written Proposal Requirements ..................................................................................................................... 13 5.1 Proposal Format .................................................................................................................................... 13 5.2 Proposal Content .................................................................................................................................. 13 6 Proposal Evaluation and Award ..................................................................................................................... 16 6.1 Clarification of Responses .................................................................................................................... 16 6.2 Proposal Evaluation .............................................................................................................................. 16 6.3 Notice of Intent to Award ....................................................................................................................... 17 Oregon City School District Request for Proposal Number: B13-2026 Phase 3 Projects: Beavercreek ES, Gaffney Lane ES, Redland ES, Pioneer Stadium April 23, 2026 Page 3 of 22 6.4 Negotiations .......................................................................................................................................... 17 6.5 Guaranteed Maximum Price ................................................................................................................. 18 6.6 Reservation of Rights ............................................................................................................................ 18 7 Solicitation Terms and Conditions; Protest of Solicitation or Award .............................................................. 18 7.1 Submitted Materials are District Property ............................................................................................. 18 7.2 Proposal Validity ................................................................................................................................... 18 7.3 Solicitation Cancellation, Rejection of a Proposal or All Proposals ...................................................... 18 7.4 Disputes ................................................................................................................................................ 18 7.5 Publicity ................................................................................................................................................. 19 7.6 Confidentiality ........................................................................................................................................ 19 7.7 Protests ................................................................................................................................................. 19 8 Contract Terms and Conditions ..................................................................................................................... 20 8.1 Contract Award and Term ..................................................................................................................... 20 8.2 Oregon City School District Contract and Additional Provisions........................................................... 20 8.3 Prevailing Wages .................................................................................................................................. 21 8.4 Public Works Bond ................................................................................................................................ 21 8.5 State Construction Contractors Board Registration Requirements ...................................................... 21 8.6 Construction Manager / General Contractor Contract Execution ......................................................... 21 8.7 District Contract Execution .................................................................................................................... 22 8.8 Proposal Security .................................................................................................................................. 22 8.9 Insurance .............................................................................................................................................. 22 Attachments: Attachment A – Proposal Certification Statement Form Attachment B – Sample OCSD Construction Manager/General Contractor Contract Attachment C – OCSD General Conditions Attachment D – Division 1 General Requirements Attachment E – Pre-Construction Phase Services Scope of Work Attachment F – Cost of Work, General Conditions and Fee Summary Attachment G – Price Proposal Attachment H – Conceptual Drawings Oregon City School District Request for Proposal Number: B13-2026 Phase 3 Projects: Beavercreek ES, Gaffney Lane ES, Redland ES, Pioneer Stadium April 23, 2026 Page 4 of 22 1. INTRODUCTION 1.1 Executive Summary Oregon City School District No. 62 (“District”) is requesting competitive sealed and written proposals from qualified firms to provide Construction Manager / General Contractor (CM/GC) services for the OCSD 2025 Bond Phase 3 Projects. The general scope of the OCSD 2025 Bond Projects include major renovations at Beavercreek Elementary School, Gaffney Lane Elementary School, Redland Elementary School and Pioneer Stadium. The District intends to enter into a contract with the selected CM/GC firm(s) for the entire scope of work at each school site. The District anticipates this to be separated into four CM/GC projects and to hire 3 CM/GC firms. Project selections will be determined based on qualifications, scoring criteria and capacity of each firm as outlined in the evaluation criteria below. The successful CM/GC candidates must provide a documented history of 1) Providing comprehensive CM/GC services on K-12 projects; 2) Familiarity with occupied, phased projects; 3) Experience working within an educational environment; 4) Experience working with District stakeholders and a diverse group of community participants. 1.2 Background Oregon City School District No. 62 is a unified public school district that was originally formed in 1872. Located in southeast Portland, Oregon metro-area, the district encompasses approximately 125 square miles of land. The school district serves students living in Clackamas County, and parts of unincorporated Clackamas County, which includes multiple neighborhoods and communities. The district is committed to providing a high-quality and equitable education for approximately 7,000 students from kindergarten through grade 12. The district encompasses a diverse range of schools, including elementary, middle, and high schools, each playing a vital role in shaping the future of our community. Care and upkeep of the district’s aging facilities continues to be financial and operational challenge. The newest elementary school was built in 1975, while the average age of all elementary schools are over 60 years old. Recognizing the aging infrastructure of its elementary school facilities, updates needed to modernize CTE programs, and the need to create modern learning environments that support contemporary educational practices, OCSD recentl y embarked on a crucial initiative to address these challenges. The voters in Oregon City School District approved a significant bond measure in November 2024 specifically earmarked for the renovation and modernization of the district's elementary schools and Career and Technology Education (CTE) at Oregon City High School. 2. PROJECT INFORMATION 2.1 Project Background The successful passage of this bond represents a significant investment in the future of OCSD's students. The funds secured will enable the district to undertake comprehensive renovations at the identified elementary schools, focusing on creating modern, safe, and inspiring learning environments and CTE renovations at the high school. Building renovations are being completed in phases. This RFP includes Phase 3 work which will include major renovations and site upgrades at Beavercreek Elementary School, Gaffney Lane Elementary School, Redland Elementary School and Pioneer Stadium. The elementary sc
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.