Invitation to Bid
- Portland Observer
- 20 minutes ago
- 10 min read
For
Salem Municipal Airport, McNary Field
Terminal Apron Hardstand and Security Fencing (REBID)
AIP No(s): 3-41-055-031-2025/032-2025
The Contracts and Procurement Manager of the City of Salem will receive bids electronically through Equity Hub’s Bid Locker until but not after 2:30 p.m., (Local Time) Tuesday, May 13, 2025, at which time said bids will be publicly opened and read virtually using Zoom, for the project specified herein The Zoom call in information will be posted on OregonBuys at least 3 days prior to bid opening date and time.
WORK DESCRIPTION: The Work under this contract includes:
1. Removal of the existing asphalt in the location where terminal apron concrete hardstand will be installed – asphalt pavement removal; existing aggregate base removal; and unclassified excavation.
2. Installation of a new concrete terminal hardstand – subgrade stabilization; reconditing of existing subbase and/or crushed aggregate base course; new crushed aggregate base course; asphalt base course; concrete pavement; and new pavement markings.
3. Installation of 600 feet of chain-link security fence, and two new vehicle gates including motor and access control systems.
4. Removal and Installation of Airport Perimeter Gate W-14.
PROCUREMENT DOCUMENTS: Bidders may obtain the bid documents by registering on the OregonBuys website and downloading them. Bidders shall consult the OregonBuys system regularly until closing date and time to avoid missing any notices. To register on OregonBuys go to https://oregonbuys.gov/. The City shall advertise all Addenda on OregonBuys. Prospective bidders are solely responsible for checking OregonBuys to determine whether or not any Addenda have been issued. Bid documents will not be mailed to prospective bidders.
PRE-BID CONFERENCE: No pre-Bid Conference will be held.
BID SUBMITTAL: Bids must be submitted on the bid forms furnished to the bidders. Completed bids must arrive electronically via Equity Hub’s Bid Locker at https://bidlocker.us/a/salem_or/BidLocker
NO LATE BIDS WILL BE ACCEPTED. Your bid must be uploaded prior to the Closing Date and Time. The City strongly recommends that you give yourself sufficient time and at least ONE (1) day before the closing date and time to begin the uploading process and to finalize your submission. The City accepts no responsibility for non-receipt and/or delays in receipt caused by transmission and reception problems, equipment failure, or any other similar cause. Each bid is instantly sealed and will only be visible to the City after the closing date and time. Uploading large documents may take significant time, depending on the size of the file(s) and your internet connection speed. Minimum system requirements: Internet Explorer 11, Microsoft Edge, Google Chrome, or Mozilla Firefox. JavaScript must be enabled. Browser cookies must be enabled.
Need Help?
Please contact Equity Hub at help@equityhub.us or (267) 225-1407 for technical questions related to your submission. The Vendor Guide for Bid Locker can be found at Vendor Guide for Bid Locker.
BID SECURITY: Bid security in the amount of 10 percent of the bid must accompany each bid in accordance with the Instructions to Bidders.
AWARD: The City of Salem (“City”) reserves the right to reject any or all bids, to waive informalities, and to postpone the award of the contract for ninety (90) days.
HUMAN RIGHTS: It is the express policy of the City that no person shall be excluded from participation in, be denied the benefits of, or be otherwise subjected to discrimination under any program or activity on the grounds of race, religion, color, national origin, sex, marital status, familial status or domestic partnership, age, mental or physical disability, sexual orientation, gender identity, or source of income as provided by Salem Revised Code Chapter 97, Title VI of the Civil Rights Act of 1964 and other federal nondiscrimination laws. The City’s complete Title VI Plan may be viewed at (http://www.cityofsalem.net). Contracts for work under this bid will obligate the Contractor to comply with all applicable requirements of federal, state, and local civil rights and rehabilitation statutes, rules and regulations.
SOLICITATION FOR SUBCONTRACTS, INCLUDING PROCUREMENTS OF MATERIALS AND EQUIPMENT: In all solicitations either by competitive bidding or negotiation made by the Contractor for work to be performed under a subcontract, including procurements of materials or leases of equipment, each potential subcontractor or supplier shall be notified by the Contractor of the Contractors obligations under a contract awarded pursuant to this bid, Salem Revised Code Chapter 97, Title VI of the Civil Rights Act of 1964, and other federal nondiscrimination laws.
The City will provide ADA accommodations upon reasonable request to the Contracts and Procurement Manager.
The City is an Equal Employment Opportunity Employer.
CONTRACTOR DISCLOSURE: Prior to award, Contractor will be required to provide answers to the five questions stipulated in Salem Revised Code (SRC) 2.380(b).
PREVAILING WAGE RATES: Bids exceeding $50,000 are subject to ORS 279C.800 through 279C.870. Prevailing Wage Rates and necessary forms are available at http://www.oregon.gov/boli/WHD/PWR/Pages/Index.aspx. BOLI Prevailing Wage Rates for Public Works Contracts in Oregon dated January 5, 2025, including all amendments issued prior to Monday, April 21, 2025.
All projects have minimum wage rate requirements:
· Federally-funded projects except local road and rural minor collector projects are subject to the “General Wage Determination Issued Under the Davis-Bacon and Related Acts from the US Secretary of Labor,” unless a higher wage is required per the BOLI publication titled “Prevailing Wage Rates for Public Works Contracts in Oregon,” which are subject to both the State prevailing wage rates and the Federal Davis-Bacon Act.
· State-funded projects and federally funded local roads and rural minor collector projects are subject to BOLI’s “Prevailing Wage Rates for Public Works Contracts in Oregon”.
· “Determinations” and BOLI’s “Prevailing Wage Rates for Public Works Contracts in Oregon” are available on the WEB at http://cms.oregon.gov/BOLI/WHD/PWR/Pages/PWR book.aspx.
The Work will take place in Marion County, Region 3.
FEDERAL REQUIREMENTS FOR FEDERALLY FUNDED PROJECTS: This Project is funded under the Federal Aviation Administration (FAA) Airport Improvement Program (AIP). Bidders must comply with specific federally required provisions as listed herein and contained in the bidding documents. The Following federal provisions are incorporated in this solicitation by reference.
1. Affirmative Action (41 CFR part 60-4; Executive Order 11246)
1. Buy American Preferences (Title 49 USC § 50101; Executive Order 14005, Ensuring the Future is made in All of America by All of America’s Workers; Bipartisan Infrastructure Law (Pub. L. No. 117-58) Build America, Buy America (BABA))
2. Civil Rights – Title VI Assurances (49 USC § 47123; FAA Order 1400.11)
3. Davis Bacon Requirements (2 CFR Part 200, Appendix II(D); 29 CFR Part 5; 49 USC § 47112(b); 40 USC §§ 3141, 3146, and 3147)
4. Debarment and Suspension (2 CFR Part 180 (Subpart B); 2 CFR Part 200 Appendix II(H); 2 CFR Part 1200; DOT Order 4200.5; Executive Orders 12549 and 12689)
5. Disadvantaged Business Enterprise (49 CFR Part 26)
6. Federal Fair Labor Standards Act (29 USC §201, et seq; 2 CFR §200.430)
7. Foreign Trade Restriction (49 UCS § 50104; USC CFR Part 30)
8. Lobbying Federal Employees (31 USC § 1352 – Byrd Anti-Lobbying Amendment; 2 CFR Part 200, Appendix II(I); 49 CFR Part 20, Appendix A)
9. Recovered Materials (2 CFR § 200.323; 2 CFR Part 200, Appendix II(J); 40 CFR Part 247; 42 USC § 6901, et seq (Resource Conservation Recovery Act (RCRA)))
NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY
1. The Offeror’s or Bidder’s attention is called to the “Equal Opportunity Clause” and the “Standard Federal Equal Employment Opportunity Construction Contract Specifications” set forth herein.
2. The goals and timetables for minority and female participation, expressed in percentage terms for the Contractor’s aggregate workforce in each trade on all construction work in the covered area, are as follows:
Timetables
Goals for minority participation for each trade: 2.9%
Goals for female participation in each trade: 6.9%
These goals are applicable to all of the Contractor’s construction work (whether or not it is Federal or federally assisted) performed in the covered area. If the Contractor performs construction work in a geographical area located outside of the covered area, it shall apply the goals established for such geographical area where the work is actually performed. With regard to this second area, the Contractor also is subject to the goals for both its federally involved and nonfederally involved construction.
The Contractor’s compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3(a) and its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, and in each trade, and the Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor’s goals shall be a violation of the contract, the Executive Order and the regulations in 41 CFR Part 60-
Compliance with the goals will be measured against the total work hours performed.
3. The Contractor shall provide written notification to the Director of the Office of Federal Contract Compliance Programs (OFCCP) within 10 working days of award of any construction subcontract in excess of $10,000 at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address, and telephone number of the subcontractor; employer identification number of the subcontractor; estimated dollar amount of the subcontract; estimated starting
and completion dates of the subcontract; and the geographical area in which the subcontract is to be performed.
4. As used in this notice and in the contract resulting from this solicitation, the “covered area” is Salem, Oregon in Marion County.
TITLE VI SOLICITATION NOTICE: The City of Salem, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 USC §§ 2000d to 2000d-4) and the Regulations, hereby notifies all bidders or offerors that it will affirmatively ensure that for any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and no business will be discriminated against on the grounds of race, color, national origin (including limited English proficiency), creed, sex (including sexual orientation and gender identity), age, or disability in consideration for an award.
DISADVANTAGED BUSINESS ENTERPRISE: The requirements of 49 CFR part 26, Regulations of the U.S. Department of Transportation, apply to this contract. It is the policy of the City of Salem to practice nondiscrimination based on race, color, sex, or national origin in the award or performance of this contract. The Owner encourages participation by all firms qualifying under this solicitation regardless of business size or ownership. The City of Salem is an equal opportunity and affirmative action employer. Small, minority, veteran, and women-owned businesses are encouraged to submit bids.
A DBE contract goal of 6.10 percent has been established for this contract. The bidder/offeror shall make good faith efforts, as defined in Appendix A, 49 CFR Part 26, to meet the contract goal for DBE participation in the performance of this contract. The bidder/offeror will be required to submit the following information: (1) the names and addresses of DBE firms that will participate in the contract; (2) a description of the work that each DBE firm will perform: (3) the dollar amount of the participation of each DBE firm participating; (4) written statement from bidder/offeror that attests their commitment to use the DBE firm(s) listed under (1) to meet the Owner’s project goal; (5) written confirmation from each listed DBE firm that is participating in the contract in the kind and amount of work provided in the prime contractor’s commitment; and; (6) if bidder/offeror cannot meet advertised project DBE goal, evidence of good faith efforts undertaken by the bidder/offeror as described in Appendix A, 49 CFR part 26. The documentation of good faith efforts must include copies of each DBE and non-DBE subcontractor quote submitted to the bidder when a non-DBE subcontractor was selected over a DBE for work on the contract.
FEDERAL FAIR LABOR STANDARDS ACT: All contracts and subcontracts that result from this solicitation incorporate by reference provisions of 29 CFR part 201, et seq, the Federal Fair Labor Standards Act (FLSA), with the same force and effect as if given in full text. The FLSA sets minimum wage, overtime pay, recordkeeping, and child labor standards for full and part-time workers.
The Contractor has full responsibility to monitor compliance to the referenced statute or state regulation. The Contractor must address any claims or disputes that arise from this requirement directly with the U.S. Department of Labor – Wage and Hour Division.
FOREIGN TRADE RESTRICTION CERTIFICATION: By submission of an offer, the Offeror certifies that with respect to this solicitation and any resultant contract, the Offeror –
1) is not owned or controlled by one or more citizens of a foreign country included in the list of countries that discriminate against U.S. firms as published by the Office of the United States Trade Representative (USTR);
2) has not knowingly entered into any contract or subcontract for this project with a person that is a citizen or national of a foreign country included on the list of countries that discriminate against U.S. firms as published by the USTR; and
1) has not entered into any subcontract for any product to be used on the Federal project that is produced in a foreign country included on the list of countries that discriminate against U.S. firms published by the USTR.
This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18 USC § 1001.
The Offeror/Contractor must provide immediate written notice to the Owner if the Offeror/Contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The Contractor must require subcontractors provide immediate written notice to the Contractor if at any time it learns that its certification was erroneous by reason of changed circumstances.
Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR § 30.17, no contract shall be awarded to an Offeror or subcontractor:
1) who is owned or controlled by one or more citizens or nationals of a foreign country included on the list of countries that discriminate against U.S. firms published by the USTR; or
2) whose subcontractors are owned or controlled by one or more citizens or nationals of a foreign country on such USTR list; or
3) who incorporates in the public works project any product of a foreign country on such USTR list.
Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by this provision. The knowledge and information of a contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings.
The Offeror agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in all lower tier subcontracts. The Contractor may rely on the certification of a prospective subcontractor that it is not a firm from a foreign country included on the list of countries that discriminate against U.S. firms as published by USTR, unless the Offeror has knowledge that the certification is erroneous.
This certification is a material representation of fact upon which reliance was placed when making an award. If it is later determined that the Contractor or subcontractor knowingly rendered an erroneous certification, the Federal Aviation Administration (FAA) may direct through the Owner cancellation of the contract or subcontract for default at no cost to the Owner or the FAA.
TECHNICAL QUESTIONS: Inquiries concerning the contents of the bid specifications should be directed to James Bonnet, jbonnet@cityofsalem.net at 503-588-6211.
Shawna Self, CPPB
Contracts and Procurement Manager
BID/CONTRACT NUMBER: 245129
BID CLOSING/OPENING: Tuesday, May 13, 2025, at 2:30 pm (Local Time)