Bellingham International Airport Runway 16-34 Rehabilibiation
Opportunity
Port of Bellingham is seeking bids for runway rehabilitation including excavation, asphalt, lighting, and signage.
Reference No.
RFP-2025-3128
Category
Infrastructure/Construction
Due Date
March 31st, 2026
Description
Notice is hereby given that sealed bids for the Runway 16-34 Rehabilitation located in Bellingham, Washington will be received at the Administrative Offices of the Port of Bellingham, 1801 Roeder Avenue, Bellingham, Washington until11:00 AM, Tuesday, March, 31, 2026. The official time shall be taken from the designated clock at the Administrative Offices. Any bids received after the specified time and date will not be considered. Bids will then and there be publicly opened and read aloud.The scope of work for this project consists of furnishing all labor, materials, and equipment necessary for the project identified above including the following major work items:• Unclassified excavation, crushed aggregate base course, asphalt pavement milling, hot-mix asphalt, pavement markings, storm drain pipe, underdrains, storm structures, electrical structures, runway & taxiway edge lights, and airfield signage.Engineer's Estimate - $8,000,000 - $9,000,000Contract Documents.Complete digital contract documents will be available from the Port’s website athttps://www.portofbellingham.com/bids.aspxbeginning March 2, 2026. Addenda will be issued through the Port’s website. Those downloading the contract documents electronically are personally responsible for verifying the completeness of contract documents received via download. Failure to download a complete set of digital contract documents will not be a factor considered in the evaluation of bids or form the basis for any bid protest. Please contactprocurement@portofbellingham.comfor assistance in downloading, and working with this digital project information.Pre-Bid Conference.An optional pre-bid conference for prospective bidders will be held Tuesday, March, 10, 2026 at 11:00 AM at the Port of Bellingham’s Administrative Offices located at 1801 Roeder Avenue, Bellingham, Washington 98225. A site visit will follow.Bid Conditions.The Bidder must supply all information required by the contract documents and must bid on all items presented. Bids must be completed and signed in space(s) provided on the enclosed blank bid schedule or the bid will be subject to rejection. All bids submitted shall be considered as valid offers for a period of one-hundred and twenty (120) days from the date of the bid opening during which time the Port of Bellingham will make the award or return all bids. The Port of Bellingham reserves the right to reject any or all bids and to waive any irregularities or informalities.Bid Guarantee.Each bid must be accompanied by a cashier's check, money order, or an original signed and stamped surety bid bond in an amount not less than five percent (5%) of the total bid, made payable to the Port of Bellingham.Performance Bond.The successful bidder agrees to furnish a performance bond for 100 percent of the Contract price. This bond will only be executed in connection with the award of a Contract to the successful bidder in order to secure fulfillment of all of the Contractor's obligations under such Contract.Payment Bond.The successful bidder agrees to furnish a payment bond for 100 percent of the Contract price. This bond will only be executed in connection with the award of a Contract to assure payment of all persons supplying labor and material in the execution of the work provided for in the Contract, as required by Washington state law.Federal Requirements for Federally Funded Projects.This Project is being partially funded under the Federal Aviation Administration (FAA) Airport Improvement Program (AIP). Contractors must comply with specific federally required provisions as listed herein and contained in the contract documents. The following federal provisions are incorporated in this solicitation by reference:1. Buy American Preference (49 USC § 50101)2. Civil Rights – Title VI Assurance (49 USC § 47123; FAA Order 1400.11)3. Davis-Bacon Act (2 CFR § 200, Appendix II(D); 29 CFR Part 5)4. Debarment and Suspension (2 CFR part 180 (Subpart C), 2 CFR part 1200, DOT Order 4200.5)5. Disadvantaged Business Enterprise (49 CFR part 26; 49 USC § 47113)6. Foreign Trade Restriction (49 USC § 50104; 49 CFR part 30)7. Lobbying and Influencing Federal Employees (31 USC § 1352 – Byrd Anti-Lobbying Amendment, 2 CFR part 200, Appendix II(J); 49 CFR part 20, Appendix A)8. Prohibition of Covered Unmanned Aircraft Systems (UAS) (FAA Reauthorization Act of 2024 (Public Law 118-63), Section 936; 49 U.S.C. § 44801 note)9. Procurement of Recovered Materials (2 CFR § 200.322; 40 CFR part 247; Solid Waste Disposal Act)Federal Fair Labor Standards Act.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.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.Disadvantaged Business Enterprise.The Owner’s award of this contract is conditioned upon Bidder or Offeror satisfying the good faith effort requirements of 49 CFR § 26.53.As a condition of responsiveness, the Bidder or Offeror must submit the following information with its proposal on the forms provided herein:1. The names and addresses of Disadvantaged Business Enterprise (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 listed under (1);4. Written statement from Bidder or 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 it is participating in the contract in the kind and amount of work provided in the prime contractor's commitment; and6. If Bidder or Offeror cannot meet the advertised project DBE goal of 0%, evidence of good faith efforts undertaken by the Bidder or Offeror as described in appendix A to 49 CFR part 26 including any amendments thereto. 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.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/or4. Disqualifying the Contractor from future bidding as non-responsibleCivil Rights - Title VI Solicitation Notice.As a condition of a grant award, the Port of Bellingham 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 Port of Bellingham 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.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 operating 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 U.S.C.§ 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.Any and all questions related to this project must be submitted via email prior to 5:00 PM, local time, on Tuesday, March 20, 2026. No questions will be accepted after that time. Questions are to be directed to:Port of BellinghamATTN: Matt Chapman1801 Roeder AvenueBellingham, WA 98225Phone: 360-676-2500Email:MattC@portofbellingham.com
Key Requirements
RFP Submission Requirements for Bellingham Runway
Contact Information
What you’ll get when you unlock
All the details after a short form. No spam
Unlock full RFP details
- Latest RFP PDF
- Buyer contact sheet
- Submission checklist
- Any addenda links

