PUBLIC

NOTICE

Summary

The project consists of full depth reclamation of the existing airport access road asphalt and base, excavation, grading, topsoiling, seeding, and other items. Approximate quantities include 1,850 SY of in-place pavement section recycling, 50 tons of cement, 380 tons of hot mix asphalt pavement, and 65 LF of concrete encased conduit.

Notice Date: Monday, March 2nd, 2026

Details

INVITATION TO BID

OWNER: City of Baker City, Oregon

1655 First Street

Baker City, Oregon 97814

Sealed BIDS for the construction of:

Rehabilitate Access Road

Baker City Municipal Airport

FAA/AIP Project No. 3-41-0005-024-2025

will be received by the Owner at City Hall located at 1655 First Street, Baker City, Oregon 97814 until Thursday, March 26, 2026 at 2:00:00 p.m. local time, and then publicly opened and read aloud.

Work associated with proposed improvements is generally described as follows:

Schedule A (Basis of Award) – Rehabilitate Access Road: The project consists of full depth reclamation of the existing airport access road asphalt and base, excavation, grading, topsoiling, seeding, and other items. Approximate quantities include 1,850 SY of in-place pavement section recycling, 50 tons of cement, 380 tons of hot mix asphalt pavement, and 65 LF of concrete encased conduit.

Schedule B (Additive Alternate) – Install Cattle Guard: If this schedule is awarded, it will include the construction of a new, highway-rated, cattleguard. 

The Contract Documents will be made available after 8:00:00 a.m. local time, February 27, 2026. Interested bidders may obtain bid documents from Quest CDN at www.questcdn.com (Quest CDN Number: 10075400) for a fee. Addenda will be issued through www.questcdn.com. Questions regarding Contract Documents shall be directed to Mark Hagedorn, mhagedorn@ardurra.com, 208-323-2288.

A non-mandatory pre-bid conference for the Project will be held on Thursday, March 12th, 2026 at 11:00:00 a.m. local time at the Baker City Municipal Airport, Baker City, Oregon 97814. As an alternative option to attending the Prebid conference presentation portion in-person, a virtual meeting option is provided. Call in information along with a link to view the presentation live is available below. 

Join by Phone Join with Video

Toll-free number: +1 689-223-3081,86805265# Meeting ID: 287 467 691 467 57

Conference ID: 868 052 65# Passcode: bc2uQ7vf

A Bid Guaranty, payable in cash, by cashier’s check, certified check or bid bond, of 5 percent of the total BID AMOUNT is required. Separate Performance and Payment Bonds each in the amount of 100 percent of the total CONTRACT AMOUNT will be required. Each bidder must supply all the information required by the Bid Documents and Specifications.

Contractor, subcontractor, or specialty contractor shall be required to have a current license as a Contractor in the State of Oregon in order to submit a bid or proposal on this project in accordance with ORS 701.021 and also meet/comply with the public contracting requirements of ORS 279C.

Prospective Contractors are notified that the work under this Contract is funded in part by a grant from the Federal Aviation Administration and as such solicitation and any resulting contract are subject to the requirements, rulings, and interpretations of the following federal contract provisions, Buy America Preferences (49 U.S.C. § 50101, Executive Order 14005, IIJA P.L. No. 117-58 BABA); Davis Bacon Act (2 CFR Part 200, Appendix II (D), 29 CFR Part 5, 49 USC § 47112(b), and 40 USC §§ 3141-3144, 3146, and 3147); Lobbying Federal Employees (31 U.S.C. § 1352 – Byrd Anti-Lobbying Amendment, 2 CFR Part 200, Appendix II(I), and 49 CFR Part 20, Appendix A); Prohibition of Covered Unmanned Aircraft Systems (FAA Reauthorization Act of 2024 P.L. 118-63, Section 936, 49 U.S.C. § 44801 note); and Recovered Materials (42 USC § 6901, 2 CFR § 200.323, 2 CFR Part 200, Appendix II(J), and 40 CFR Part 247).

The City of Baker City, 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 businesses 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. There is no DBE contract goal for this project. 

The bidder certifies, by submission of a proposal that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. The bidder with the successful bid further agrees to comply with 2 CFR Part 180 (subpart B), 2 CFR Part 200, Appendix II(H), 2 CFR Part 1200, DOT Order 4200.5, and Executive Orders 12549 and 12689.

The requirements of 49 CFR Part 26 including any amendments thereto apply to this contract. It is the policy of the City of Baker City 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.

All contracts and subcontracts that result from this solicitation incorporate by reference the 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. Additionally, all contracts and subcontracts shall comply with the State of Oregon Bureau of Labor and Industry (BOLI) requirements and pay the higher of the Federal or State wage. 

The Contractor has full responsibility to monitor compliance to the referenced statute or 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.

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
  1. whose subcontractors are owned or controlled by one or more citizens or nationals of a foreign country on such USTR list; or
  1. 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.

All prospective bidders are directed to the Instructions for Bidders for discussion of Bid policies, procedures, and requirements. The Owner reserves the right to reject any and all Bids, to waive any and all informalities and to negotiate contract terms with the successful Bidder, and the right to disregard all non-conforming, non-responsive or conditional Bids.

By: City of Baker City, Oregon

PUBLICATION DATES:

March 4, 2026

March 11, 2026


Previous Page

Submit a Public Notice

Fill out this form and we will be in contact asap or you can call 541-910-KWRL.Â