THE DALLES OIL ACCOUNTABILITY MEASURES
ID: W9127N26RA004Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST PORTLANDPORTLAND, OR, 97204-3495, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The U.S. Army Corps of Engineers, Portland District, is soliciting proposals for a firm-fixed-price contract titled "The Dalles Oil Accountability Measures" at The Dalles Dam in Oregon. The project aims to enhance oil monitoring systems to minimize potential oil releases into the Columbia River, addressing compliance with an Oil Accountability Plan established in a 2014 settlement agreement. This initiative is critical for ensuring environmental safety and operational efficiency at the dam, which currently houses approximately 400,000 gallons of oil. Interested contractors must submit their proposals by December 15, 2025, with a mandatory site visit scheduled for December 3, 2025. For further inquiries, contact Andrew Sprys at andrew.j.sprys@usace.army.mil or Cory Pfenning at cory.r.pfenning@usace.army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a collection of engineering drawings and schedules related to the "OIL ACCOUNTABILITY" project at The Dalles Lock and Dam Powerhouse on the Columbia River, managed by the U.S. Army Corps of Engineers. It includes a drawing index, electrical wiring diagrams, and cable and conduit schedules for removal and installation. Key components detailed are main units (10 and 16), fish unit 01, station service 01, oil storage tanks, general overviews, OMS PLC, cable & conduit, and lube supply headers. Specific wiring diagrams for Switchboard Panel S3R3 and a focus on T5 wiring are highlighted. The document outlines equipment removal and provides resource drawings, emphasizing the electrical and mechanical aspects of the project, with specific attention to oil accountability systems.
    This conceptual sketch outlines the installation of a new Guided Wave Radar (GWR) sensor with remote mounting for the Station Service Accumulator Tank at The Dalles Lock and Dam. The project requires careful coordination with the Contracting Officer for exact installation locations and scheduling to drain oil from the tank, ensuring no contamination of turbine oil. Key instructions prohibit drilling, cutting, or welding on the tank wall or lifting ears. Fittings must be two-ferrule mechanical grip fittings. The GWR sensor will feature a weighted flexible lead probe and remote mounting of the level transmitter with 10 meters of cable. Crucially, the sensor will not be permanently installed in the tank but temporarily mounted outside for commissioning and testing. All cables require 4-pin cannon plugs. The drawing emphasizes safety and precision, providing guidelines for installation within a sensitive operational environment.
    The Dalles Oil Accountability Measures project aims to install a new oil accountability system at The Dalles Powerhouse. This involves providing and installing various sensors, transducers, and custom-fabricated items for monitoring oil levels and pressure in generators and storage tanks. The project also includes electrical installations, calibration of Government-furnished flowmeters, and comprehensive safety requirements. These safety measures cover contract administration, personnel qualifications, training, accident prevention, hazardous energy control, and emergency procedures, aligning with USACE and OSHA standards. The project emphasizes stringent safety protocols, detailed reporting, and qualified personnel to ensure successful and safe implementation of the new oil accountability system.
    The Small Business Commitment Document (SBCD) outlines requirements for offerors, particularly
    The document lists contractors registered for a pre-proposal site visit related to Solicitation No. W9127N26RA004, concerning "TDA - Oil Accountability Measures." The site visit is scheduled for Wednesday, December 3rd, at 10:00 A.M PST. The registered contractors include Jeremy Benton from Siemens Digital Industries and David Knight, Brannon Schneider, and Jacob Knight, all from Knight Const. & Supply, Inc. The document provides their names, affiliations, and contact information, indicating preparation for an upcoming federal government RFP or grant concerning oil accountability.
    The document details technical specifications and assembly instructions for various components of the Main Unit Thrust Bearing Oil Cooler – Right Hand, likely for a hydroelectric dam project. Key components include inner and outer tubes made of 90/10 Copper-Nickel with copper spiral fins, and top/bottom plate assemblies constructed from ASTM A36 Carbon Steel. The file also outlines the welding procedures using WPS LAPCO-GTA-M-1-1 or WPS B2.1-1-234-2006, and specifies tolerances for fractional, angular, and decimal dimensions. Furthermore, it contains architectural plans for a governor cabinet, outlining its layout, connections for air and oil systems, and control panel details, including various gauges and switches for generator and turbine operations. The document emphasizes proprietary and confidential information, indicating its use for a specific project by Lynchburg Air Preheater Corp. and the U.S. Army Corps of Engineers.
    The solicitation W9127N26RA004, "The Dalles Oil Accountability Measures," is a Request for Proposal (RFP) for a firm-fixed-price construction contract by the U.S. Army Corps of Engineers, Portland District. The project, located at The Dalles Dam in Wasco County, Oregon, and Klickitat County, Washington, has a magnitude of construction between $1,000,000 and $5,000,000, with NAICS code 238210 (Electrical Contractors and Other Wiring Installation Contractors). Key requirements include oil accountability measures, installation of networking and PLC equipment, calibration of flow meters, and various control and piping installations. A mandatory site visit is scheduled for December 3, 2025, and proposals are due by December 15, 2025, at 11:00 AM PST. Proposals will be evaluated based on Past Performance, Small Business Subcontracting Commitment, and Price, with the technical factors combined being approximately equal to price. A 10% HUBZone price evaluation preference will be applied, and a CMMC Level 2 (Self) certification is required. Large businesses must submit a subcontracting plan with a mandatory minimum 12% total small business participation goal.
    This document outlines Solicitation Number W9127N26RA004, a Request for Proposal (RFP) issued by the US Army Corps of Engineers, Portland District, for "The Dalles Oil Accountability Measures" project in Wasco County, Oregon, and Klickitat County, Washington. The project, valued between $1,000,000 and $5,000,000, involves electrical contracting work (NAICS 238210) and is set for unrestricted competition with a 10% HUBZone price evaluation preference. Key requirements include performance and payment bonds, a mandatory site visit on December 3, 2025, and a December 15, 2025, proposal due date. The RFP details 16 base Contract Line Item Numbers (CLINs) and two optional CLINs for various oil accountability measures, including mobilization, flow meter calibration, control and instrumentation piping, oil storage tank work, networking/PLC equipment installation, and asbestos-related services. Proposals will be evaluated based on Past Performance, Small Business Subcontracting Commitment, and Price, with technical factors approximately equal to price. Non-small businesses must submit a subcontracting plan with specific goals for various small business categories. Offerors must submit proposals electronically via email, adhering to formatting and content limitations.
    This amendment revises specifications for the "The Dalles Oil Accountability Measures" project, focusing on a new oil accountability system at The Dalles Powerhouse. The project involves installing various sensors—magnetostrictive level, pressure transducers, and guided wave radar—across 22 main units, 2 fish units, and 2 station service units, specifically monitoring units MU10, MU16, FU01, and SS01. Key work includes procuring and installing equipment with integral temperature sensing, custom bollards, pipe guards, UL-508A listed remote I/O cabinets, and an Allen Bradley ControlLogix PLC. It also covers calibrating Government-furnished flowmeters and providing ancillary electrical equipment. Strict security and safety protocols are outlined, including background checks, NERC CIP training, and detailed commissioning plans. The amendment emphasizes adherence to safety regulations, environmental controls, and coordination with government personnel for all on-site operations.
    This government file outlines an amendment to a solicitation (W9127N26RA004) extending the offer due date to January 15, 2026, and revising the Basis for Award. It details submission requirements for proposals, including past performance, small business subcontracting commitments, and pricing. Offerors, especially large businesses, must submit a small business subcontracting plan with specific goals for various small business categories. The evaluation criteria prioritize past performance and price equally, with small business commitment also being a significant factor. The document specifies guidelines for submitting inquiries via ProjNet-Bid and clarifies the application of a 2% Federal excise tax on foreign contractors, noting that the USACE currently cannot withhold this tax but contractors are responsible for its remittance. Proposals must adhere to strict formatting and submission guidelines, including electronic submission via email.
    This document is an amendment to solicitation number W9127N26RA004, dated November 14, 2025, issued by the U.S. Army Corps of Engineers, Portland District. The primary purpose of this amendment (0002, effective December 11, 2025) is to update the wage determinations for Multnomah County, Oregon (OR20250079) and Klickitat County, Washington (WA20250050). All other terms and conditions of the original solicitation remain unchanged. The amendment also details supplementary conditions for contract administration, including guidelines on unauthorized instructions, employee identification, coordination with other contractors, submission of pay estimates, implementation of equipment guarantees, safeguarding of information, insurance requirements (Worker's Compensation, General Liability, Automobile Liability), public release of information, contractor performance evaluations, and the requirement for Performance and Payment Bonds. The contract will be administered by the U.S. Army Corps of Engineers, Vancouver Resident Office, with Jonathan Price as the designated Contracting Officer's Representative.
    This government file, Amendment/Modification W9127N26RA0040004, details changes to a solicitation or contract, primarily updating wage determinations for Multnomah County, Oregon, and Klickitat County, Washington. It outlines critical administrative and contractual requirements for contractors, including acknowledging amendments, submitting offers, and adhering to specific conditions for contract modifications. Key sections cover contract administration, unauthorized instructions, employee identification, cooperation with other contractors, procedures for submitting pay estimates, implementing equipment guarantees, safeguarding sensitive information, and mandatory insurance requirements. The amendment also specifies guidelines for public release of information, contractor performance evaluations, and the submission of performance and payment bonds. All other terms and conditions of the original document remain unchanged.
    This amendment, W9127N26RA0040005, for solicitation W9127N26RA004, extends the proposal due date for a federal government Request for Proposal (RFP). Issued on January 12, 2026, by ENDIST PORTLAND, it moves the response deadline from January 15, 2026, to January 28, 2026, at 11:00 A.M. PST. The document outlines procedures for offerors to acknowledge receipt of amendments, including submitting revised offers or acknowledging the amendment on existing offers. It also details how contract modifications are to be processed, referencing FAR 43.103(b) for administrative changes. All other terms and conditions of the original solicitation remain unchanged.
    This government file, Amendment/Modification Number W9127N26RA0040006, extends the solicitation proposal due date to February 26, 2026, at 11:00 A.M. PST. It also revises specifications in sections 01 11 00.00 26, 01 35 26.00 25, and 22 00 00.00 26, and updates Plans - Drawings M-202. Key changes include the deletion of several FAR clauses related to Commercial and Government Entity Code Reporting, Alternative Line Item Proposals, Ownership or Control of Offeror, Predecessor of Offeror, and certain Telecommunications and Video Surveillance Services or Equipment. It incorporates FAR Clause 52.204-8, Annual Representations and Certifications (Jan 2025), specifying NAICS code 238210 with a small business size standard of $19,000,000.00. The amendment also adds FAR Clause 52.204-29, Federal Acquisition Supply Chain Security Act Orders-Representation and Disclosures (Dec 2023), and removes clauses regarding unmanned aircraft systems and Kaspersky Lab products. Additionally, it specifies commencement and completion of work timelines, with physical completion 477 days after the Notice to Proceed (NTP) and contract end 568 days after NTP, and includes monthly anticipated adverse weather delay work days.
    This government solicitation amendment, W9127N26RA0040007, issued by the U.S. Army Corps of Engineers, Portland District, implements revisions due to a Revolutionary Federal Acquisition Regulation (FAR) Overhaul effective February 1, 2026. Key changes include adding FAR Clause 52.204-22 (Alternative Line Item Proposal) and deleting FAR Clause 52.236-27 (Site Visit (Construction) Alternate I), which previously detailed an organized site visit for December 3, 2025, at The Dalles Dam. The amendment also adds FAR Clause 52.204-8 (Annual Representations and Certifications) with a NAICS code of 238210 and a small business size standard of $19,000,000.00. New security-related FAR clauses (52.240-90, 52.240-91, 52.240-92, 52.240-93) are incorporated, while 52.219-9 (Small Business Subcontracting Plan Alternate I) is deleted. The liquidated damages for construction delays are set at $1,875.00 per day after final physical completion. The document outlines detailed supplementary conditions covering contract administration, unauthorized instructions, employee identification, other work coordination, payment procedures, equipment guarantees, safeguarding information, required insurance types and amounts, public release of information guidelines, contractor performance evaluations, and the requirement for performance and payment bonds. The work commencement is ten calendar days after the notice to proceed, with final physical completion within 477 days and contract end date within 568 days.
    Amendment 0008 to Solicitation W9127N26RA004, issued by the US Army Corps of Engineers, Portland District, on February 19, 2026, modifies the original solicitation dated November 14, 2025. This amendment primarily reintroduces clause 52.219-9 Alt 1, "Small Business Subcontracting Plan," which was inadvertently removed in a previous amendment. Additionally, it incorporates revised specifications, plans, and drawings in response to bidder inquiries. All other terms and conditions of the original solicitation remain unchanged. The amendment also outlines procedures for offerors to acknowledge receipt and modify previously submitted offers. The Contracting Officer for this amendment is Andrew Sprys, and the document includes standard forms for amendments and modifications of contracts.
    The provided file contains a list of digitally signed names and associated dates, specifically JORDAN FINK, RYAN SOUDERS, PATRICK DUYCK, and LARRY DALE CASWELL JR. The dates span from June 2, 2025, to June 13, 2025. This document appears to be a record of digital signatures, likely indicating official approvals or acknowledgments within a government process, potentially related to federal RFPs, grants, or state/local RFPs where formal digital verification is required. The consistent format and digital signature details suggest an administrative log or part of an approval workflow rather than a narrative document.
    This government file from the U.S. Army Corps of Engineers, Portland District, outlines the electrical and mechanical systems for the Powerhouse at The Dalles Lock and Dam on the Columbia River, specifically focusing on "Oil Accountability." The document, dated May 2025, includes detailed wiring schematics, nomenclature for terminal equipment, apparatus, boxes, and service classifications. It specifies identification conventions for electrical circuits, conduits, and multi-conductor cables, alongside fiber optic cable identification. Key components listed range from switchboards and motor control centers to various pumps, valves, and monitoring systems. The file also provides a general plan view of the Powerhouse at elevation 111.50, identifying main units, fish units, and station service units, with a note on the distinction between "Old End Units" (1-14) and "New - End Units" (15-22). Additionally, it presents a general turbine overview, referencing specific bearings for units 1-14. The overall purpose is to provide comprehensive engineering documentation for the electrical and mechanical infrastructure related to oil accountability within the Powerhouse.
    This government file, likely an RFP or grant-related document from the U.S. Army Corps of Engineers, Portland District, details plans for "Oil Accountability" at The Dalles Lock and Dam Powerhouse on the Columbia River. The project involves both the installation and removal of equipment related to oil systems, particularly focusing on generator and turbine bearing oil. Key aspects include installing new oil accountability equipment at various elevations within the powerhouse, such as remote I/O racks for collecting oil sensor signals and flow meters, and integrating these with existing SCADA/HMI systems. The plan also specifies the removal of existing fittings and float switches for oil level monitoring in turbine bearings. The document emphasizes verifying dimensions and field-checking all conditions, highlighting a conceptual design for enhancing oil management and monitoring within the hydroelectric facility. This initiative aims to modernize and ensure efficient oil system operations and accountability.
    The document outlines a project by the U.S. Army Corps of Engineers, Portland District, for oil accountability at The Dalles Lock and Dam Powerhouse, specifically for Main Unit 10's thrust bearing tub and lower generator guide bearing. The project involves installing new equipment, including a magnetostrictive level sensor, stilling well/still pipe, pressure transducer, and ball valves, to monitor oil levels and pressure. Key tasks include providing a new stainless steel cover plate for the existing equipment, ensuring a PTFE gasket, and modifying existing components to fit new sensors. All fabrication and modification work must be performed away from oil-filled equipment to prevent contamination, and pipes must be leak-tested post-reassembly. The project emphasizes field verification of all conditions and dimensions, coordinating with the contracting officer for installation, and adhering to strict cleaning and safety protocols. Resource drawings and specifications sections 22 00 00 and 40 95 00 are referenced for detailed requirements, including the potential need to drain oil from the thrust bearing tub for installation.
    This document outlines the installation of a new magnetostrictive level transmitter with a vibration damper in the main unit 10 turbine guide bearing sump at The Dalles Lock and Dam Powerhouse, Columbia River, Portland, Oregon, as part of an oil accountability project for the U.S. Army Corps of Engineers. The project, designated as DRAWING NO. DD-20339-55, details specific installation requirements, including probe placement 1/2–1 inch above the sump's bottom surface and the provision of a direct probe insert with an NPT threaded fitting and a remote-mounted head with 25 feet of cable. Key instructions emphasize preventing contamination of bearing sumps or turbine oil during fabrication and modification work, ensuring all components are clean, and confirming exact installation locations with the contracting officer. The document also specifies that only the government may move oil drained from the sump. All fittings must be two-ferrule mechanical grip fittings, and compliance with specification sections 40 95 00 and 22 00 00 is required. The plan underscores the importance of field verification of all conditions prior to purchase and installation.
    The provided government files, DDP-1.002-3-10/5 and DDP-1.002-3-10/6, detail the installation of new pressure sensors and associated piping at The Dalles Lock and Dam, Columbia River Powerhouse, specifically for the Station Service Unit 01's oil accountability system. The first file focuses on the lower generator guide bearing sump, outlining the installation of a new normally open isolation ball valve, a new tee, a horizontal pressure sensor with a 0-20 PSI range, and re-installation of the existing drain valve. Key instructions include field verification, leak-testing, contamination prevention during work on existing copper piping, and using two-ferrule mechanical grip fittings. The second file addresses the turbine guide bearing sump, detailing the installation of a new pressure sensor with a 0-20 PSI range and remote display, along with stainless steel tubing and dielectric fittings. Both documents emphasize coordination with the Contracting Officer for exact installation locations, oil draining schedules, and adherence to specific sections of the project specifications (22 00 00 and 40 95 00). The overall purpose is to upgrade the oil accountability system, ensuring precise monitoring and preventing contamination of turbine oil.
    The document outlines a conceptual sketch and general notes for installing a pressure sensor system within the lower guide bearing assembly of Fish Unit 01 at The Dalles Lock and Dam Powerhouse. This project, part of the US Army Corps of Engineers' oil accountability initiative, involves removing existing components, installing new piping, a normally closed ball valve, a normally open isolation ball valve, and a pressure transducer with specific connection types. Key instructions include field-verifying all conditions, coordinating with the contracting officer for oil draining and fish unit outages, ensuring no contamination of turbine oil, and leak-testing piping. The pressure sensor must have a 0 to 20 PSI range with a female NPT connection. All fittings should be two-ferrule mechanical grip fittings. This project emphasizes meticulous installation procedures and coordination to maintain the integrity of the oil system and comply with environmental considerations.
    The document outlines the installation of a new magnetostrictive level sensor with a vibration damper in the Fish Unit 01 turbine bearing sump at The Dalles Lock and Dam Powerhouse. This conceptual sketch, part of the U.S. Army Corps of Engineers' oil accountability initiative, details the required components, installation guidelines, and critical considerations. Key instructions include ensuring the probe is 1/2"-1" from the sump's bottom, mounting the remote head for optimal sightlines, and coordinating fish unit outages with the Contracting Officer. The project emphasizes maintaining cleanliness, preventing contamination during installation, and adhering to specific material and fitting standards. It also references relevant specification sections and resource drawings for comprehensive guidance.
    The US Army Corps of Engineers, Portland District, is undertaking an Oil Accountability project at The Dalles Lock and Dam Powerhouse. This project involves installing a new lubrication oil supply header and associated sensors for oil distribution and monitoring. The plan details the installation of piping components, flow meters, temperature sensors (RTDs), and level transmitters for both clean and dirty lube oil tanks across various units (Main, Fish, and SS Units). Key requirements include using specific Unistrut components, ensuring piping cleanliness to prevent contamination, providing flanged pipe spools for flowmeter removal, and installing mounting brackets with seismic restraint. All flow meters must be calibrated before installation, and the header piping must be leak-tested. The project emphasizes adherence to design specifications and coordination with the Contracting Officer for oil movement.
    The provided government file, DDP-1.002_E-101XXX.dgn through DDP-1.002_E-107XXX.dgn, details the "OIL ACCOUNTABILITY" project for Main Unit 10 at The Dalles Lock and Dam Powerhouse, Columbia River. Designed by P. Keller, P.E. and submitted by P. Aguayo, the project involves the installation of new oil accountability equipment, including various sensors (71GA2, 71GA1, 71TB, 63LGB, 71TGB, 71GS, 63UGB, 63GS, FSI1) and associated conduit and cabling. Key aspects include routing sensor cables, installing an OMSR10 cabinet near the governor sump tank at EL 90.0', and integrating Allen Bradley Point I/O modules (1734-AENTR, 1606-XLS240E, 1734-OE4C, 1734sc-IE4CH, 1734-TOP) for monitoring oil levels and pressures in various components like the turbine, generator bearings, and governor tanks. The plan includes detailed schematics for power, analog input/output, and wiring, indicating connections to existing systems and new conduits for cable runs. The project is scheduled for completion by May 2025.
    The document details specifications and plans for the Main Unit Thrust Bearing Oil Cooler, right-hand assembly (Part No. 951-701) and associated components for the Dalles Lock and Dam. Key components include inner and outer tubes made of 90/10 Copper-Nickel with copper spiral fins, and top/bottom plate assemblies constructed from ASTM A36 Carbon Steel. The design specifies a 50 PSIG operating pressure and a 75 PSIG hydrostatic test. The file also outlines detailed welding procedures (WPS LAPCO-GTA-M-1-1 or WPS B2.1-1-234-2006), painting requirements (LPS-56), and torque specifications for header hardware (LPS-55). It includes revisions for design changes and updated tolerances. Additionally, the document provides an overview of the Dalles Lock and Dam facility, highlighting various elevations, rooms (e.g., Generator Room, Control Room, Oil Storage Room), and cable routing plans for units 1, 2, 9, 10, 11, 12, and 13, including governor cabinet details and electrical conduit layouts.
    The Dalles Oil Accountability Measures project outlines comprehensive requirements for process controls and associated equipment, focusing on oil accountability in various units (Main Unit 10, Main Unit 16, Fish Unit 1, Station Service Unit 1) and an oil storage room. The project specifies detailed requirements for level, pressure, and temperature sensors, including guided-wave radar and magnetostrictive types, along with their installation and calibration. It mandates specific electrical equipment from Allen Bradley and Cisco, control panel fabrication, and adherence to numerous industry standards (IEEE, IEC, NEMA, NFPA, UL). The document also covers submittal procedures, quality assurance, factory testing, and the provision of spare parts, emphasizing the use of Rockwell-certified integrators for hardware and software.
    The provided document appears to be a record of digital signatures and associated dates from various individuals, including Jordan Fink, Ryan Souders, Patrick Duyck, and Larry Dale Caswell Jr. The document details the digital signing activities, complete with unique identifiers for each individual and the specific dates and times (including time zones) when these signatures were applied in June 2025. Given the context of government files, RFPs, and grants, this document likely serves as an authentication record or an audit trail of approvals, reviews, or submissions related to official government processes.
    This government file, General Decision Number OR20250079, outlines prevailing wage rates and fringe benefits for heavy construction projects in Wasco County, Oregon, effective December 12, 2025. It details specific rates for various trades, including Millwrights, Carpenters, Electricians, Power Equipment Operators (with multiple groups based on equipment type), Ironworkers, Laborers, and Plumbers/Pipefitters. The document also includes wage rates for additional classifications like Carpenter (Form Work Only), Cement Mason, various Laborer roles, and numerous Operator and Truck Driver positions. Notably, it specifies zone differentials for projects located in different metropolitan areas and cities within Oregon and parts of Washington, influencing the applicable wage rates. The file also references Executive Orders 13706 and 13658, pertaining to paid sick leave and minimum wage for federal contractors, respectively. It concludes with guidelines on adding unlisted classifications and the wage determination appeals process.
    The General Decision Number: OR20260079 is a heavy construction wage determination for Wasco County, Oregon, effective January 2, 2026. It supersedes OR20250079 and outlines prevailing wage rates and fringes for various crafts, including Millwrights, Carpenters, Electricians, Power Equipment Operators, Ironworkers, Laborers, and Plumbers/Pipefitters. The document details multiple classifications within these crafts, such as different groups of Power Equipment Operators based on equipment tonnage and function, and various Laborer roles. It also includes specific classifications with survey rates (SU) for Carpenter (Form Work), Cement Mason/Concrete Finisher, General Laborer, Fence Erection Laborer, Flagger, Pipelayer, Line Construction Groundman, and several Operator and Truck Driver roles. The determination incorporates zone differentials for projects located in different areas of Oregon and specific metropolitan counties in Oregon and Washington, adding $3.00 for Zone 2 and $6.00 for Zone 3 to Zone 1 rates. The document also provides information on Executive Orders 13706 (Paid Sick Leave for Federal Contractors) and 13658 (Establishing a Minimum Wage for Federal Contractors), and outlines the wage determination appeals process, including contact information for the WHD Branch of Wage Surveys, Branch of Construction Wage Determinations, and the Wage and Hour Administrator.
    This government file, General Decision Number WA20250050, outlines prevailing wage rates and fringe benefits for heavy construction projects, including water and sewer line construction, in Klickitat County, Washington. It lists specific rates for various crafts such as Millwrights, Electricians, Power Equipment Operators (categorized into six groups with detailed classifications), Ironworkers, Laborers, Painters, and Cement Masons/Concrete Finishers. The document also details hourly zone pay differentials for Electricians and Cement Masons, based on distance from specified city centers, and provides wage rates for several 'SU' (Survey Rate) classifications like Carpenters, Fence Erectors, and various Operators. Additionally, it includes important notes on Executive Orders 13706 and 13658, pertaining to paid sick leave and minimum wage for federal contractors, respectively. The file concludes with an explanation of wage determination identifiers (Union, Union Average, Survey, State Adopted) and the appeals process for wage determination matters.
    The document, General Decision Number WA20260050, outlines prevailing wage rates and fringe benefits for heavy construction projects, including water and sewer line construction, in Klickitat County, Washington. It specifies rates for various crafts such as Millwrights, Electricians, Power Equipment Operators (with detailed classifications across six groups), Ironworkers, Laborers, Painters, and Cement Masons/Concrete Finishers. The decision also includes
    Lifecycle
    Title
    Type
    Similar Opportunities
    Loading similar opportunities...