Sign up for our e-newsletter! Fill out the e-newsletter sign-up form here.

Bids/Contracts

Notice to Bidders

Bidding Documents listed on the following page may be subject to one or more addenda that alter the conditions of the bid. Such addenda may be posted to the website at any time. It is the RESPONSIBILITY OF THE BIDDERS who download the Invitation to Bid and other bid documents from this website to check the website for any addenda that have been issued, and for complying with the conditions of the addenda in their bid.

Open RFP/RFQs can be accessed here


Open for Bid

ARFF Vehicle Procurement

INVITATION TO BID

Tri-Cities Airport

Pasco, Washington

AIP Project No. 3-53-0046-063-2025

Project Name: ARFF Vehicle Procurement

Bid Date: Thursday, July 18, 2024, at 2:00pm local time

Sealed bids, subject to the conditions contained herein, for improvements to the Tri-Cities Airport, Pasco, Washington, AIP Project No. 3-53-0046-063-2025 will be received by the Tri-Cities Airport Administration Office located on the 2nd floor inside the passenger terminal building, 3601 N 20th Ave, Pasco, Washington, 9930110/4/2120, until Thursday, July 18, 2024 at 2:00pm local time (according to the clock in the Administration Office), at which time said bids will be publicly opened and read aloud.

Description of Work. Procurement generally consists of furnishing and delivering a new Aircraft Rescue and Fire Fighting (ARFF) Vehicle as described in the technical specification provided in Division 6.

Bidding Documents. Complete digital bidding documents are available from Quest CDN at www.questcdn.com. Interested parties may download the digital documents for a non-refundable fee of $25.00 by inputting Quest Project No. 9102619 on the Project Search page. The Planholder’s List is also available at this website. Addenda will be issued through Quest CDN only. Bidders must download the digital documents online to be placed on the Planholder’s List and to receive automatic e-mail notification of addenda. Those downloading the bidding documents electronically are personally responsible for verifying the completeness of bidding documents received. Failure to download a complete set of digital bidding documents will not be a factor considered in the evaluation of bids or form the basis for any bid protest. Please contact Quest CDN at (952) 233-1632 or info@questcdn.com for assistance in free membership registration, downloading, and working with this digital project information.

A copy of the bidding documents may be examined at the Tri-Cities Airport Administration Office beginning on June 20, 2024. To view the documents at this location, call (509) 547-6352 to schedule an appointment. This copy is for review only and may not leave the office nor be photocopied at this location.

Bid Conditions. The Bidder must supply all information required by the bidding documents and must bid on all items presented. Bids must be completed and signed in space(s) provided on the enclosed blank bid form or the bid will be subject to rejection. Bids may be held by Port of Pasco for a period not to exceed 30 days from the date of the bid opening for the purpose of evaluating bids prior to award of contract. The Buyer reserves the right to reject any and all bids and to waive any informality in the bids received.

Each Bidder is individually responsible for the careful examination of the Bid Information, Proposal Forms, Contract Forms, General Conditions, Supplementary Conditions, Required Federal Contract Provisions, Technical Specifications, and all requirements of the procurement. The failure or omission by any Bidder to do so shall in no way relieve any Bidder from any obligation with respect to its bid.

Bid Security. A certified or bank check, cash, or a bid bond (Surety bond) in the amount of 5 percent of the total bid (including sales tax) shall accompany the proposal of each bidder. A check or bond shall be made payable to the “Port of Pasco.”

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 Bidder'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). 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 Preference (49 USC § 50101)
  1. Civil Rights – Title VI Assurance (49 USC § 47123; FAA Order 1400.11)
  1. Debarment and Suspension (2 CFR part 180 (Subpart C), 2 CFR part 1200, DOT Order 4200.5)
  1. 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)

  1. Procurement of Recovered Materials (2 CFR § 200.322; 40 CFR part 247; Solid Waste Disposal Act).

Civil Rights - Title VI Solicitation Notice. The Port of Pasco, 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, select businesses, or 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.

Disadvantaged Business Enterprise. The requirements of 49 CFR part 26 apply to this contract. It is the policy of the Port of Pasco 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. The Port of Pasco is an equal opportunity and affirmative action employer. Small, minority, veteran, and women-owned businesses are encouraged to submit bids.

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.

Trade Restriction Certification. By submission of an offer, the Offeror certifies that with respect to this solicitation and any resultant contract, the Offeror –

  • 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);
  • 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
  • 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:

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

Any questions regarding bids are to be directed to:

Mead & Hunt, Inc.

ATTN: Ryan Bergstrom

9600 NE Cascades Pkwy, Ste 100

Portland, OR 97220

Phone: 503-548-1494

Email: ryan.bergstrom@meadhunt.com

Tri Cities Airport Business Park Sewer Realignment

Project Bid Date Monday July 8, 2024 at 11:00 a.m. in Tri Cities Airport Jim Morasch Conference room 3601 N. 20th Ave, Pasco, WA 99301. This will be a public bid opening.

Pre-bid meeting will be held Friday June 28, 2024 at 10:00 a.m. at Tri Cities Airport Jim Morasch Conference room 3601 N. 20th Ave, Pasco, WA 99301. There will be a site visit at that time.

Engineers estimate is $110,000

Bid Documents

PORT OF PASCO TRI-CITIES AIRPORT LONG TERM PARKING LOT EXPASION 2024 FRANKLIN COUNTY, WASHINGTON

INVITATION TO BID

The Port of Pasco will receive sealed bids for the Tri-Cities Airport Long Term Parking Lot Expansion 2024, at the Tri-Cities Airport Administration Office, 3601 N. 20th Avenue, Pasco WA until 2:00 P.M., June 27, 2024.

A pre-bid meeting will not be held for this project.

This project provides for the expansion of the existing credit card long term parking facility at the Tri-Cities Airport. Work involves clearing and grubbing, excavation, embankment compaction, crushed aggregate bases, and hot mix asphalt. Other work includes cement concrete curbing, and sidewalk, storm drainage improvements, illumination system, signage, pavement markings, post and cable fence, landscaping and other related work in accordance with the Technical Specifications, Drawings, and Contract Documents.

One of the additive options to the project includes constructing an electrical credit card exit gate.

Digital copies of the Bidding Documents, including addenda, may be obtained from QuestCDN at www.questcdn.com upon payment of twenty-two dollars ($22.00). Log in to the website and enter Quest Project Number 9169475. Should you need assistance with this process, please contact QuestCDN at 952-233-1632. Partial sets of Bidding Documents will not be available from the Issuing Office.

Bids will only be accepted from registered planholders who have purchased a set of Plans and Contract Documents through QuestCDN.

Neither Owner nor Engineer will be responsible for full or partial sets of Bidding Documents, including Addenda if any, obtained from sources other than QuestCDN.

All bid proposals shall be accompanied by a bid proposal deposit in cash, certified check, cashiers check, or surety bond in an amount equal to five percent (5%) of the amount of such bid proposal. Should the successful Bidder fail to enter into such contract and furnish satisfactory performance bond or quality assurance submittals within the time stated in the contract documents, the bid proposal deposit shall be forfeited to the Port of Grandview. Each Bidder shall warrant that he has not entered into collusion with another bidder or any other person, and does not discriminate in any manner against any person based solely on race, color, sex, or creed.

Only properly executed proposals submitted on the forms furnished by the Port of Pasco will be accepted. The Port of Pasco reserves the right to reject any or all bids, to waive any informalities, to accept any bid deemed to be responsive in the best interest of the Port of Pasco, and reserves the right to readvertise for new proposals.

The Port of Pasco is an Equal Opportunity Employer. Minority and women-owned businesses are encouraged to bid.

Recently Awarded Contracts

BPIC- Concrete Dock & Ramp Repairs

Project was awarded to Tapani Inc.

Bid Tabulation

Tri Cities Airport Terminal Office & Storage

Project was awarded to SpyderCorp LLC for $38,605.05

Bid Tabulation

Tri Cities Airport Industrial Center 13 Building Demolition

Project awarded to Andrist Enterprises for $195,611.63

Bid Tabulation

BPIC-Entry Signage

Project awarded to Ray Poland & Sons for $62,405.15

Bid Tabulation

Tri Cities Airport PSC Business Park Earthwork and Mass Grading project

Project awarded to GAME Inc. for $212,169.33

Bid Tabulation

BPIC WH1B4 & WH3B2 Canopies

Project was awarded to CMR General Contractor for $131,596.12

Bid Tabulation

Tri-Cities Airport Industrial Park 11 Building Hazardous Materials Removal

Awarded to All-Safe Abatement for $112,515.48

Bid Tabulation

Tri-Cities Airport Lampson Hangar Grading Improvements

Awarded to Big D's Construction for $11,891.88

Bid Tabulation

Big Pasco Industrial Center Building 300 Renovations

Awarded to CMR General Contractor for $190,429.84

Bid Tabulation