Invitation to Bid
- Portland Observer
- 1 hour ago
- 10 min read
Salem-Willamette Valley Airport, Terminal Apron Hardstand & Security Fencing
CITY OF SALEM, OREGON | PUBLIC WORKS DEPARTMENT |
Invitation to Bid
For
Salem-Willamette Valley Airport,
Terminal Apron Hardstand & Security Fencing
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, April 28, 2026, 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 approximately 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.
PREBID CONFERENCE: The optional Prebid conference will be 2:00pm on Wednesday April 14, 2026. The conference will be virtual. Contact the airport for online access to the Prebid conference.
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 (60) 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 July 5, 2024, including all amendments issued prior to the bid opening date.
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. 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. Prohibition of Covered Unmanned Aircraft Systems (UAS) (FAA Reauthorization Act of 2024 (Public Law 118-63), Section 936; 49 USC § 44801 note)
10. 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)))
TITLE VI SOLICITATION NOTICE: As a condition of a grant award, the Sponsor shall demonstrate that it complies with the provisions of Title VI of the Civil Rights Act of 1964 (42 U.S.C. §§ 2000d et seq) and implementing regulations (49 CFR part 21) including amendments thereto, the Airport and Airway Improvement Act of 1982 (49 U.S.C. § 47123), the Age Discrimination Act of 1975 (42 U.S.C. 6101 et seq.), Section 504 of the Rehabilitation Act of 1973 (29 U.S.C. § 794 et seq.), the Americans with Disabilities Act of 1990 (42 U.S.C. § 12101, et seq.), U.S. Department of Transportation and Federal Aviation Administration (FAA) Assurances, and other relevant civil rights statutes, regulations, or authorities, including any amendments or updates thereto.
This may include, as applicable, providing a current Title VI Program Plan to the FAA for approval, in the format and according to the timeline required by the FAA, and other information about the communities that will be benefited and impacted by the project. A completed FAA Title VI Pre-Grant Award Checklist is required for every grant application, unless excused by the FAA. The Sponsor shall affirmatively ensure that when carrying out any project supported by this grant that it complies with all federal nondiscrimination and civil rights laws based on race, color, national origin, sex, creed, age, disability, genetic information, in consideration for federal financial assistance. The Department’s and FAA’s Office of Civil Rights may provide resources and technical assistance to recipients to ensure full and sustainable compliance with Federal civil rights requirements. Failure to comply with civil rights requirements will be considered a violation of the agreement or contract and be subject to any enforcement action as authorized by law
DISADVANTAGED BUSINESS ENTERPRISE: No Disadvantaged Business Enterprise goal has been established for this contract. The Contractor, subrecipient or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The Contractor shall carry out applicable requirements of 49 CFR Part 26, including any amendments thereto, in the award and administration of DOT-assisted contracts. Failure by the Contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the recipient deems appropriate, which may include, but is not limited to:
1) Withholding monthly progress payments;
2) Assessing sanctions;
3) Liquidated damages; and/or
4) Disqualifying the Contractor from future bidding as non-responsible.
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
3) 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.
PROHIBITION OF COVERED UNMANNED AIRCRAFT SYSTEMS (UAS)
The Bidder or Offeror certifies that they are aware of and comply with relevant Federal statutes and regulations, including those from the Federal Aviation Administration (FAA), for opening unmanned aircraft systems (UAS) in accordance and in compliance with all related requirements in the FAA Reauthorization Act of 2024 (Public Law 118-63), section 936 (49 USC § 44801 note).
Contractor warrants that all UAS operations will be conducted in full compliance with all applicable Federal Aviation Administration (FAA) regulations, including but not limited to 14 CFR Part 107, and any other applicable local, state, or Federal laws and regulations.
Sponsors and subgrant recipients cannot use AIP grant funds to enter into, extend, or renew a contract related to covered unmanned aircraft systems (UAS). This includes both procurement and operational contracts, as well as contracts with entities that operate such systems.
TECHNICAL QUESTIONS: Inquiries concerning the contents of the bid specifications should be directed to Rick Barnes, PE at ribarnes@cityofsalem.net at 503-588-6211.
Shawna Self, NIGP-CPP, CPPB
Contracts and Procurement Manager
BID/CONTRACT NUMBER: 256115
BID CLOSING/OPENING: Tuesday, April 28, 2026, at 2:30 pm (Local Time)

