Sealed bids requested for airport rehabilitation project due by April 1, 2026.
Official Courthouse Record · AI-summarized for clarity
- Published
- Category
- Bid Notice
- City
- Ephrata
What You Should Do Next
- 1
Prepare Your Bid
Ensure your bid includes all required documents and a 5% bid guaranty.
- 2
Attend Prebid Conference
Join the prebid conference on March 17, 2026, at 9:00 a.m. for important information.
- 3
Submit Your Bid
Send your sealed bid to the Port of Ephrata by April 1, 2026, at 12:00 p.m.
Frequently Asked Questions
- What is the deadline for submitting bids for the Ephrata airport project?
- Bids must be submitted by April 1, 2026, at 12:00 p.m. local time.
- Where can I find the bidding documents for the project?
- Bidding documents are available at Ardurra - Projects on questcdn.com, reference Quest Number 10085960.
- Is there a prebid conference for the Ephrata project?
- Yes, a prebid conference will be held on March 17, 2026, at 9:00 a.m.
- What is required for bid submission?
- A bid guaranty of 5% of the bid amount is required, along with completed bid documents.
The above suggestions and answers are AI-generated for informational purposes only. They may contain errors. NoticeRegistry assumes no responsibility for their accuracy. Consult a qualified professional before taking action.
Full Notice Text
NOTICE INVITING BIDS Grant County Port District #9, Port of Ephrata Ephrata, Washington Apron, Taxiway & Taxilane Rehabilitation General Notice Grant County Port District #9, Port of Ephrata (Owner) is requesting sealed Bids for the construction of the following Project: Ephrata Municipal Airport Ephrata, Washington Apron, Taxiway & Taxilane Rehabilitation FAA AIP 3-53-0027-028-2026 FAA IIJA 3-53-0027-029-2026 Bids for the construction of the Project will be received at the Office of the Port Director located at 1990 Division Ave NE, Ephrata, Washington 98823 until April 1, 2026 at 12:00 p.m. local time. At that time the Bids received will be publicly opened and read. Bids submitted by mail should be sent to: Port of Ephrata, P.O. Box 1089, Ephrata, Washington 98823. It shall be the duty of the Bidder to submit his/her on or before the hour and date specified. Any bids received after the time for opening will not be considered. The Project includes the following Work: Rehabilitate a portion of the Terminal Apron pavement to include pavement removal, excavation, grading, base course, concrete gutter, asphalt pavement, and pavement markings. All questions should be directed to the Engineer, Troy Nelson (308) 360-1495 or troynelson@ardurra.com Obtaining the Bidding Documents: Information and Bidding Documents for the Project can be found at the following Bidding Documents Website: Digital bidding documents will be available at Ardurra - Projects (questcdn.com), reference Quest Number 10085960. Interested parties may view the bidding documents at no cost. Bidders must register with QuestCDN.com at a non-refundable cost of $22.00 to download the bidding documents and be placed on the plan holders list. Contact QuestCDN Client Success at 952-233-1632 or Success@QuestCDN.com for assistance in membership registration and downloading digital bidding documents. A Prebid Conference will be held at 9:00 a.m. local time, March 17, 2026, at the Office of the Port Director, 1990 Division Ave NE, Ephrata, WA 98823. As an alternative to attending in-person, a virtual meeting option is provided. Call in information along with a link to view the presentation live is provided below. Attendance is recommended, not mandatory. Join on your computer or mobile device: Link - https://teams.microsoft.com/meet/28992295909311?p=I4uVDpuE0G6I669K9T Meeting ID - 289 922 959 093 11 Passcode - QJ9GM9t9 Dial in by phone +1 689-223-3081 United States Phone conference ID: 882 313 617# Note: the Video link will not work until the meeting starts. A Bid Guaranty, payable in cash, by cashiers check, certified check, or bid bond, of 5 percent of the BID AMOUNT is required. Separate Performance and Payment Bond each in the amount of 100 percent of the CONTRACT AMOUNT will be required. Each bidder must supply all the information required by the Bid Documents and Specifications. 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). As a condition of a grant award, the Sponsor 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 Sponsor 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 Departments and FAAs 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. 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 Grant County Port District #9, Port of Ephrata 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. 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 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 2) whose subcontractors are owned or controlled by one or more citizens or nationals of a foreign country on such USTR list; or 3) 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. For all further requirements regarding bid submittal, qualifications, procedures, and contract award, refer to the Instructions to Bidders. 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. This Advertisement is issued by: Owner: Grant County Port District #9, Port of Ephrata By: Dave Lanman Title: Executive Director Date: March 5 & 12, 2026 #03024/46620 Pub: March 5 & 12, 2026
Related Notices
Notice
DateCategoryCity
Sealed bids for landfill improvement work due by March 9, 2026.
Mar 9, 2026Bid NoticeEphrata
Sealed bids for landfill improvement due by March 9, 2026.
Mar 2, 2026Bid NoticeEphrata
The Port seeks qualifications for engineering and planning services by March 6, 2026.
Mar 2, 2026Bid NoticeEphrata