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)).
Bid No. 256105 Bush House, Bush Barn, Bush Annex and Eco Scene Exterior Paint Project
Federal opportunity from KS004301 - Contracts and Procurement | KS004 - Contracts and Procurement • City of Salem. Place of performance: OR. Response deadline: May 12, 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
Bid No. 256105 Bush House, Bush Barn, Bush Annex and Eco Scene Exterior Paint Project Part I - Bush House Part II - Bush Barn Part III - Bush Annex Part IV - Bush Eco Scene Project Manual For Bush House, Bush Barn, Bush Annex and Eco scene Exterior Paint Project Bid No. 256105 Closing Date: May 12, 2026 at 2:30 PM (PST) TABLE OF CONTENTS Page INSTRUCTIONS TO BIDDERS ............................................................................................................. 00200-1 BID FORM AND BID SUPPLEMENTS ................................................................................................. 00410-1 BID FORM ...................................................................................................................................... 00410-3 BID BOND ...................................................................................................................................... 00431-1 PENAL SUM FORM ....................................................................................................................... 00431-2 CONTRACTOR DISCLOSURE FORM ......................................................................................... 00435-1 FIRST-TIER CONTRACTOR DISCLOSURE FORM ................................................................... 00436-1 FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR ........................................... 00500-1 NOTICE TO PROCEED .................................................................................................................. 00550-1 CONTRACT FORMS PERFORMANCE BOND ................................................................................................................ 00610-1 PAYMENT BOND ........................................................................................................................... 00615-1 CERTIFICATE OF LIABILITY INSURANCE .............................................................................. 00616-1 SUBSTITUTION AND APPROVED EQUAL REQUEST FORM................................................. 00617-1 CERTIFICATE OF SUBSTANTIAL COMPLETION .................................................................... 00618-1 APPLICATION FOR PAYMENT INSTRUCTIONS ...................................................................... 00621-1 APPLICATION FOR PAYMENT ................................................................................................... 00621-2 V ALUE ENGINEERING CHANGE PROPOSAL (VECP) ............................................................ 00640-1 SUBMITTAL TRANSMITTAL ...................................................................................................... 00651-1 REQUEST FOR INTERPRETATION ............................................................................................ 00652-1 GENERAL CONDITIONS SECTION 09900 DIVISION 1
- SECTION 01 10 00
- SECTION 01 26 00
- SECTION 01 31 00
- SECTION 01 77 00
― END OF TABLE OF CONTENTS ― 00100–1 Invitation to Bid CITY OF SALEM, OREGON FACILITIES DEPARTMENT Invitation to Bid For Bush House, Bush Barn, Bush Annex and Eco Scene Exterior Paint Project The Contracts and Procurement Manager of the City of Salem will receive bids electronically through Equity Hub’s Bid Locker until but not after Tuesday, May 12, 2026 at 2:30 PM , at which time said bids will be publicly opened and read virtually using Microsoft Teams, for the project specified herein the Microsoft Teams call in information will be posted on OregonBuys at least 3 days prior to bid opening date and time. WORK DESCRIPTION: Exterior Painting: Labor, material, equipment, site protection and onsite supervision necessary to paint all exterior surfaces. Including porches, decks, gutters, planters, handrails, and stairways of historical house. 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/bso/view/login/login.xhtml. 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: A Mandatory pre-Bid Conference will be held on Friday, April 17, 2026 at 10:00 AM, that will last approximately 1 hour, and will be held in front of Bush House, 600 Mission Street SE, Salem, OR 97301. 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 th e 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 thirty (30) 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 00100–2 Invitation to Bid 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 regulation. 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). If applicable to this project, contractor or subcontractor must be licensed under ORS 468A.720. PREV AILING 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, 2026 and including the following additional publications: dated February 18, 2026 and April 5, 2026. The Work will take place in Marion County, Region 3. TECHNICAL QUESTIONS: Inquiries concerning the contents of the bid specifications should be directed to Rob Rennert, at -503–588–6306, or email: rrennert@cityofsalem.net. Shawna Self, CPPB Contracts and Procurement Manager BID/CONTRACT NUMBER: 256105 BID CLOSING/OPENING: Tuesday, May 12, 2026 at 2:30 PM, at 2:30 p.m. (Local Time) Bush House, Bush Barn, Bush Annex and Eco scene Exterior Paint Project Bid No. 256105 00200–1 Instructions to Bidders INSTRUCTIONS TO BIDDERS ARTICLE 1―DEFINED TERMS 1.01 Terms used in these Instructions to Bidders have the meanings indicated in the General Conditions. Additional terms used in these Instructions to Bidders have the meanings indicated below which are applicable to both the singular and plural thereof: A. Bidder―The individual or entity who submits a Bid directly to OWNER. B. Invitation to Bid ―The public notice inviting bids for Work to be performed. C. Contracts and Procurement Manager―The OWNER’s Contracts and Procurement Manager. The individual and the office of the Contracts and Procurement Manager as indicated in the Invitation to Bid. D. Successful Bidder ―The lowest responsible Bidder submitting a responsive Bid to whom OWNER (on the basis of OWNER’s evaluation as hereinafter provided) makes an award. ARTICLE 2 ―COPIES OF BIDDING DOCUMENTS 2.01 The Bid, including all Addenda and attachments, are published on the OregonBuys at https://oregonbuys.gov/bso/view/login/login.xhtml. All Addenda for this bid will be advertised on OregonBuys. Prospective bidder is solely responsible for checking OregonBuys to determine whether or not any Addenda have been issued. 2.02 Complete sets of Bidding Documents shall be used in preparing Bids; OWNER assumes no responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. 2.03 OWNER, in making copies of Bidding Documents available on the above terms, do so only for the purpose of obtaining Bids for the Work and do not confer a license or grant for any other use. ARTICLE 3―QUALIFICATIONS OF BIDDERS 3.01 No Bid will be received or considered unless the Bidder is licensed by the Oregon Construction Contractors Board or the Oregon State Landscape Contractors Board. ARTICLE 4 ―EXAMINATION OF BIDDING DOCUMENTS, OTHER RELATED DATA, AND SITE 4.01 Subsurface and Physical Conditions A. If applicable, the Supplementary Conditions identify: 1. Those reports of explorations and tests of subsurface conditions at or contiguous to the Site that OWNER has used in preparing the Bidding Documents. 2. Those drawings of physical conditions in or relating to existing surface and subsurface structures at or contiguous to the Site (except Underground Facilities) that OWNER has used in preparing the Bidding Documents. B. Copies of reports and drawings referenced in Paragraph 4.01.A, if any, will be made available by OWNER to any Bidder on request. Those reports and drawings are not part of the Contract Documents, but the “technical data” contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.02 of the General Conditions, if any, has been identified and established in the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion Bidder draws from any “technical data ” or any other data, interpretations, opinions or information contained in such reports or shown or indicated in such drawings. 4.02 Underground Facilities A. Information and data shown or indicated in the Bidding Documents with respect to existing Underground Facilities at or contiguous to the Site is based upon information and data furnished to OWNER by owners of such Underground Facilities, including OWNER, or others. 4.03 Hazardous Environmental Condition A. The Supplementary Conditions identify those reports and drawings relating to a Hazardous Environmental Condition identified at the Site, if any, Bush House, Bush Barn, Bush Annex and Eco scene Exterior Paint Project Bid No. 256105 00200–2 Instructions to Bidders that ENGINEER has used in preparing the Bidding Documents. B. Copies of reports and drawings referenced in Paragraph 4.03.A, if any, will be made available by OWNER to any Bidder on request. Those reports and drawings are not part of the Contract Documents, but the “technical data” contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.06 of the General Conditions has been identified and established in the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion Bidder draws fr om any “technical data ” or any ot her data, interpretations, opinions, or information contained in such reports or shown or indicated in such drawings. 4.04 Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders with respect to subsurface conditions, other physical conditions and Underground Facilities, and possible changes in the Bidding Documents due to differing or unanticipated conditions appear in Paragraphs 4.02, 4.03, and 4.04 of the General Conditions. Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders with respect to a Hazardous Environmental Condition at the Site, if any, and possible changes in the Contract Documents due to any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in the Drawings or Specifications or identified in the Contract Documents to be with in the scope of the Work appear in Paragraph 4.06 of the General Conditions. 4.05 When requested, by Bidder more than ten days prior to the date for closing of bids, OW
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.