PORT OF BENTON
PROSSER AIRPORT
PAVEMENT REHABILITATION AND ELECTRICAL REPLACEMENT PROJECT
AIP PROJECT #3-53-0050-023-2023
INVITATION TO BID
Sealed bids for the Prosser Airport – Pavement Rehabilitation and Electrical Replacement Project, A.I.P. Project No. 3-53-0050-023-2023 will be received by in-person delivery or by courier at the Port of Benton, at 3250 Port of Benton Blvd, Richland, WA 99354, until the bid opening time of 10:00 AM, on the 26th day of August 2025, at which time the bids will be publicly opened and read. Any bids received after the time for opening cannot and will not be considered.
The scope of work includes:
1. Repair existing cracks on all runway, taxiway, taxilane, and apron pavement.
2. Apply slurry seal to all runway, taxiway, taxilane, and apron pavement.
3. Restore pavement markings impacted by slurry seal.
4. Replace Runway 8-26 existing medium intensity edge lights (MIRLs) with new LED fixtures and system.
5. Replace all existing taxiway edge reflectors on Taxiway A and the connector taxiways.
6. Replace all existing Runway 8-26 related signage with LED fixtures and system.
7. Replace Runway 8 PAPI (Port owned) with LED fixtures and system.
8. Replace Runway 26 PAPI (Port owned) with LED fixtures and system.
9. Replace Runway 8 REIL (Port owned) with LED fixtures and system.
10. Replace Runway 26 REIL (Port owned) with LED fixtures and system.
11. Replace the lighted primary wind cone with LED fixtures. It is assumed that the segmented circle will not be impacted as a part of this project.
12. Replace the existing non-lighted supplemental wind cone with a lighted LED fixture.
13. Replace and modify the existing electrical room vault, including new regulator, panel board, disconnect switch, radio control unit and associated antenna, and various other components. The replaced and modified components will be LED compatible systems.
14. Demolish existing 'above ground' infrastructure related to the lighting, signage, PAPIs, REILs, wind cones, pavement edge reflectors, and electrical room fixtures to be removed.
The Contract Documents for the above project may be examined between the hours of 8:00 a.m. and 4:30 p.m. Monday through Thursday, and 8:00 a.m. and 12:00 p.m on Friday at the Port Offices, 3250 Port of Benton Blvd, Richland, WA 99354. Bidding documents can be downloaded at www.questcdn.com under Login using QuestCDN #9807390 for a non-refundable charge of $22.00. Contact QuestCDN.com at 952-233-1632 or info@questcdn.com for assistance in membership registration and downloading this digital project information.
Technical questions shall be directed to Bryan Condon, Century West Engineering Corporation, bcondon@centurywest.com. All project-specific questions, and requests for clarification, must be submitted in writing, via email, by 12:00 PM on August 20, 2025 to Bryan Condon. If required, an addendum will be prepared and issued no later than August 21, 2025.
An optional pre-bid conference will be held at the Prosser Airport, 111 Nunn Rd, Prosser, WA 99350, on August 19, 2025 at 1:00 p.m., local time. Bidders and potential subcontractors are encouraged to attend. At this meeting, questions concerning the Contract Documents and the proposed work will be discussed. A tour of the project site will be conducted after the meeting.
This is a prevailing wage project per State and Federal Laws. All labor on the project shall be paid no less than the minimum wage rates established by the Washington State Department of Labor and Industries or Davis-Bacon Act, whichever is greater.
This contract will be funded, in part, by a grant from the Federal Aviation Administration. As such, it will be subject to federal requirements. These include, but are not limited to:
1) Buy American Preference
2) Foreign Trade Restriction
3) Davis Bacon
4) Affirmative Action
5) Government wide Debarment and Suspension
6) Government wide Requirements for Drug-free Workplace
All Federal provisions are given in the specifications under FAA Required Provisions.
The Port of Benton, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 U.S.C. §§ 2000d to 2000d-4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises (DBE) will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award.
The Port of Benton is an Equal Opportunity Employer and encourages woman, minority, DBE, and small businesses to participate in the competitive bidding process.
Bidders are required to be licensed in accordance with and comply with the "Public Contractor's License
Law of the State of Washington."
Proposals must be accompanied by cash, cashier's check, certified check, bank money order, bank draft or a bid bond or bonds in the amount of five percent (5%) of the amount of the bid as a guarantee that the successful bidder will enter into the required contract.
The Port of Benton reserves the right to reject any and all bids or to accept any bid deemed by them to be in the best interest of the Port pursuant to the terms of the general Conditions. The contract will be awarded to the bidder submitting the lowest, responsive and responsible bid. All bidders are cautioned to be aware of the requirement to have their bids considered responsive.
Proposals must be sealed and marked:
"SEALED BID FOR:
PORT OF BENTON
PROSSER AIRPORT
PAVEMENT REHABILITATION AND ELECTRICAL REPLACEMENT PROJECT
AIP PROJECT #3-53-0050-023-2023"
Bids shall be marked with the Contractor's current License Number and Class and be addressed to the undersigned.
Sheri Collins, Port of Benton Contract Specialist
3250 Port of Benton Blvd. Richland, WA 99354
Collins@portofbenton.com
509-375-3060
IPL0259330
Aug 6 2025