Quantcast
Channel: Spokesman Review Classifieds: Legal Notices
Viewing all 11597 articles
Browse latest View live

REQUEST FOR PROPOSALS FOR EGG ...

$
0
0
REQUEST FOR PROPOSALS FOR EGG SERVICES Kicking Horse Job Corps Center Kicking Horse Job Corps Center is requesting proposals for Egg Service. This service will be provided at Kicking Horse Job Corps Center in Ronan, Montana. Kicking Horse Job Corps is a Vocational and Educational Facility with students that reside in dormitories on Center. The selection of the successful contractor and award of the contract will be per the provisions of the Confederated Salish and Kootenai Tribe's Indian Preference Ordinance 101A. It is the sole responsibility of the bidder to obtain and provide proof of Indian Preference Certification from the Indian Preference Office. For specific information or to receive a Bid packet contact Rhoda Couture or Daniel Tromp at Kicking Horse Job Corps Center at (406) 644-2217. Please request Bid packets by Monday July 17th, 2017. Completed Bids must be received by 4:30 p.m. on Friday July 28th, 2017 or postmarked. Bid opening date is Monday July 31st, 2017 at 10:00 a.m. It will take place in the office of Daniel Tromp in the Administration building on center. SR32660

REQUEST FOR PROPOSALS FOR DAIR...

$
0
0
REQUEST FOR PROPOSALS FOR DAIRY SERVICES Kicking Horse Job Corps Center Kicking Horse Job Corps Center is requesting proposals for Dairy Service. This service will be provided at Kicking Horse Job Corps Center in Ronan, Montana. Kicking Horse Job Corps is a Vocational and Educational Facility with students that reside in dormitories on Center. The selection of the successful contractor and award of the contract will be per the provisions of the Confederated Salish and Kootenai Tribe's Indian Preference Ordinance 101A. Remember it is the sole responsibility of the bidder to obtain and provide proof of Indian Preference Certification from the Indian Preference Office. For specific information or to receive a Bid packet contact Rhoda Couture or Daniel Tromp at Kicking Horse Job Corps Center at (406) 644-2217. Please request Bid packets by Monday July 17th, 2017. Completed Bids must be received by 4:30 p.m. on Friday July 28th, 2017 or postmarked. Bid opening date is Monday July 31st, 2017 at 10:00 a.m. It will take place in the office of Daniel Tromp in the Administration building on center. SR32659

REQUEST FOR PROPOSALS FOR BREA...

$
0
0
REQUEST FOR PROPOSALS FOR BREAD SERVICES Kicking Horse Job Corps Center Kicking Horse Job Corps Center is requesting proposals for Bread Service. This service will be provided at Kicking Horse Job Corps Center in Ronan, Montana. Kicking Horse Job Corps is a Vocational and Educational Facility with students that reside in dormitories on Center. The selection of the successful contractor and award of the contract will be per the provisions of the Confederated Salish and Kootenai Tribe's Indian Preference Ordinance 101A. It is the sole responsibility of the bidder to obtain and provide proof of Indian Preference Certification from the Indian Preference Office. For specific information or to receive a Bid packet contact Rhoda Couture or Daniel Tromp at Kicking Horse Job Corps Center at (406) 644-2217. Please request Bid packets by Monday July 17th, 2017. Completed Bids must be received by 4:30 p.m. on Friday July 28th, 2017 or postmarked. Bid opening date is Monday July 31st, 2017 at 10:00 a.m. It will take place in the office of Daniel Tromp in the Administration building on center. SR32656

NOTICE REQUEST FOR PROPOSA...

$
0
0
NOTICE REQUEST FOR PROPOSALS AERONAUTICAL LAND FOR LEASE - FELTS FIELD AIRPORT The Spokane Airport Board is seeking written proposals from qualified parties ("Proposers") interested in leasing a parcel of land for the construction of an aircraft storage hangar at Felts Field Airport. Respondents must submit one (1) original (un-bound), four (4) copies and one (1) copy in acrobat/pdf format, no later than 10:00 a.m. DST on Thursday, July 6, 2017 and delivered to: Spokane International Airport "Request for Proposals - Aeronautical Land for Lease" 9000 West Airport Drive, Suite 204 Spokane, Washington 99224 Any proposal received after 10:00 a.m. DST, Thursday, July 6, 2017 shall be deemed late and non-responsive and shall be returned unopened to the Proposer. All proposals will be date and time stamped upon receipt by Airport staff and shall be opened after 10:00 a.m. DST, Thursday, July 6, 2017. There will be no "formal" proposal opening for this RFP. Proposals will be opened and evaluated, after the published proposal deadline stated above, at the Spokane International Airport Administration office, Suite 204, Spokane, Washington 99224. The Board reserves the right to make no decision and to reject all written proposals for any reason, and/or to waive any minor irregularities or conditions or to follow up on details or issues. However, proposals may also be evaluated solely on the submitted written proposal without follow up or further discussion. This RFP and any addendums thereto shall be posted on the Spokane International Airport website, at http://business.spokaneairports.net/rfp The Spokane International Airport is an equal opportunity Employer and encourages Disadvantaged Business Enterprises to participate in the competitive proposal process. SR32654

NOTICE OF 2017 BLACK LAKE EURA...

$
0
0
NOTICE OF 2017 BLACK LAKE EURASIAN WATERMILFOIL TREATMENTS June 18, 2017 Dear property owners and lake users, Eurasian watermilfoil has been identified as a significant invasive species within Black Lake, Idaho and is known to negatively affect the beneficial uses of a waterbody. As such, an aquatic herbicide treatment is planned for portions of Black Lake between July 11 and July 13, 2017, weather permitting. The treatment timing was selected to maximize treatment efficacy which is when milfoil is actively growing. Up to 43 acres of the lake will be treated with liquid endothall (Aquathol K, EPA Regist. # 70506-176). Please see the following website for information on the endothall herbicide. http://dnr.wi.gov/lakes/plants/factsheets/EndothallFactsheet.pdf Certain water use restrictions will be in effect for households using lake water located up to 600 ft from treatment areas for at least 12 days depending on herbicide residues. The following water use restrictions apply: • Potable Water: Functioning potable water intakes must be turned off until the endothall levels are 0.1 parts per million (ppm) or less by laboratory analysis. Results of laboratory analyses will be posted approximately two weeks after the day of treatment. • Irrigation: There is no restriction on use of water from the treatment area to irrigate established grasses. • Recreational Use of Water in treatment Area: There are no swimming or fishing restrictions within the treatment areas. • Animal Consumption: Do not intentionally use water from the treated area for animal consumption until laboratory analysis indicates that restrictions are lifted. This does not apply to incidental exposure of animals to treated water. Again, laboratory analyses will be posted on the applicator's website listed below. Home owners near treatment areas who use water from the lake for drinking or irrigation are advised to not use lake water until herbicide residue samples indicate that levels in the water are within acceptable levels as described above. For up to date information on water use restrictions please visit the applicator's website. http://www.cleanlake.com/ 2017blacklaketreatments.html A week to two weeks after treatment you can expect to see milfoil within the treatment areas turning brown and losing foliage. Please contact Ben Scofield, Water Resources Specialist with the Coeur d'Alene Tribe's Lake Management Department (208-686-6206) or David Armes, Terrestrial Resource Specialist, Avista (509-495-2796), with any questions about the milfoil treatments. SR32626

PUBLICE NOTICE NOTICE OF INTEN...

$
0
0
PUBLICE NOTICE NOTICE of INTENT Inland Water Pest Control & Consulting, LLC, 2619 N Hogan St, Spokane, WA, is seeking coverage under the Washington State Department of Ecology Aquatic Plant and Algae Management NPDES and State Waste Discharge General Permit. The proposed project applies to following geographical area: Wandermere Lake located at the Wandermere Golf Couse and Wandermere Estates. The permit allows the discharge of a specific list of pesticides provided permit conditions are met, however the pesticides currently anticipated for use are: Diquat Dibromide, Endothall, 2,4-D amine, and Sodium Carbonate peroxyhydrate. Ecology has made a SEPA determination of significance with the adoption of an existing environmental document for this proposal. Any person desiring to present their views to Ecology regarding this application may do so in writing within thirty days of the last date of publication of this notice (06/18/2017). Comments should address whether coverage under this permit is appropriate for the proposed project. Comments must be submitted to Ecology. Any person interested in the department's action on this application may notify the department of their interest within thirty days of the last date of publication of this notice. Comments can be submitted to: Department of Ecology, Water Quality Program, Attn: Aquatic Pesticide Permit Manager, P.O. Box 47600, Olympia, WA 98504-7600. SR32598

NOTICE OF PUBLIC HEARING SPOKA...

$
0
0
Notice of Public Hearing Spokane County Hearing Examiner Agenda for July 5, 2017 9:00 a.m - PE-2057-17: Preliminary Plat to divide approximately 11.43 acres north and west of the intersection of E. Belle Terre Avenue/S. Evergreen Road. The proposed development will include one (1) existing single family residence and eleven (11) new single family dwelling units for a total of (12) lots in the Low Density Residential (LDR) zone. The project address is 13801 E. Belle Terre Avenue. The subject site is generally located north and west and adjacent to the intersection of E. Belle Terre Avenue/ S. Evergreen Road inter- section, in the SE ¼ of Section 34, Township 25 North, Range 44 EWM, Spokane County, Washington. A Determination of Nonsignificance (DNS) is to be issued by the County Department of Building and Planning as the lead agency on June 19, 2017. The appeal period ends on July 3, 2017 Applicant: Whipple Consulting Engineers, Todd Whipple, P.E., 2528 N. Sullivan Rd., Spokane Valley, WA. 99216, (509) 893-2617. Staff Contact: Tom Vandervert, Associate Planner (509) 477- 7228. 10:30a.m. CUE-01-17 / VE-01-17: Conditional Use Permit to change the conditions of approval to a previously approved Conditional Use Permit, CUE-11-03, in order to increase the height of an existing Wireless Communication Support Tower with a Variance request to increase the tower height from 80' to 100', whereas Section 14.822.300 of the Spokane County Zoning Code limits maximum tower height to 80 feet and a Variance to allow a setback of 28' 3" from the west property line whereas Table 618-3 requires a setback of 80' for a tower 100' in height. The subject site is generally located west of and adjacent to Peninsula Drive and east of Coman Road, in the NW1/4 of Section 3, Township 26N, Range 45 EWM, Spokane County, Washington. A Deter- mination of Nonsignificance (DNS) was issued by the County Building and Planning Department as the lead agency on June 19, 2017. The appeal period ends on July 3, 2017. Applicant: Sarah Grant Kliman for AT&T Wireless, 2309 SW 1st Ave., Suite 845, Portland, OR 97201, (509) 853-1065. Staff Contact: Tammy Jones, Principal Planner (509) 477- 7225. All public hearings are conducted in the Commissioner's Hearing Room, Public Works Bldg, 1026 W. Broadway, Spokane, WA. Facilities are physically accessible for individuals with disabilities. Hearings will be conducted according to the procedures adopted in County Res. 96-0294. Appeals, including SEPA appeals, may be taken pursuant to Res. 96-0171. Staff reports and files will generally be available for inspection seven (7) days before the hearing, weekdays from 7:30-4:00, 1026 W. Broadway Ave., 1st floor. Questions or special needs may be directed to (509) 477-3675. Copies can be obtained at photocopy costs. This notice is to inform interested parties about the hearing and to invite oral and written testimony at the hearing. Written comments are accepted prior to the hearing. Send written comments to Spokane County Department of Building and Planning, 1026 W. Broadway Ave., Spokane, WA 99260, Attn: Tom Vandervert, Associate Planner for PE-2057-17 or Tammy Jones, Principal Planner for CUE-01-17 / VE-01-17. SR32653

NORTH IDAHO COLLEGE COEUR ...

$
0
0
North Idaho College Coeur d'Alene, Idaho 83814 REQUEST FOR PROPOSALS EQUIPMENT DIESEL TECHNOLOGY PROGRAM North Idaho College is inviting all interested suppliers to respond to this request for proposals (RFP) for equipment for the Diesel Technology Program. Equipment will be located at the NIC Parker Technical Center located in Rathdrum, Idaho. The deadline for submittal of proposals is Thursday, July 6, 2017 at 2:00 p.m. PDT. RFP EDA17-50: Mastercool Twin Turbo Refrigerant Recovery Machine or equal product . QTY: 2 RFP EDA17-51: Challenger 1354 Potable Lift System or equal product . QTY: 1. RFP EDA 17-52: Robinair Cool-Tech A/C Recover, Recycle, Recharge Machine or equal product . QTY: 2. Full RFP Specifications are available at www.nic.edu/procurement. Proposals must be submitted electronically using Public Purchase. Public Purchase is accessible at www.nic.edu/procurement. Proposals must be submitted no later than Thursday, July 6, 2017 at 2:00 p.m. PDT . This project is partially funded with Federal funds from the United States Department of Commerce, Economic Develop-ment Administration and is therefore subject to the Federal laws and regulations associated with that program. EDA AWARD #07-01-07314. Questions regarding the RFP or any information contained herein must be submitted in writing to Carol Jones either by email at carol.jones@nic.edu or by mail at 1000 West Garden Ave. Coeur d'Alene, ID 83814 SR32588

NORTH IDAHO COLLEGE COEUR ...

$
0
0
North Idaho College Coeur d'Alene, Idaho 83814 REQUEST FOR PROPOSALS EQUIPMENT MAINTENENACE MECHANIC/MILLWRIGHT PROGRAM North Idaho College is inviting all interested suppliers to respond to this request for proposals (RFP) for equipment for the Machining and CNC Technology Program. Equipment will be located at the NIC Parker Technical Center located in Rathdrum, Idaho. The deadline for submittal of proposals is Wednesday, July 5, 2017 at 2:00 p.m. PDT . RFP EDA17-26: Extra Heavy Duty Workbench; 10,000 lbs. capacity, 60"/36"/34". QTY: 28 RFP EDA17-39: Belt/Sheave Laser Alignment Tool/Machine and stand or equal product . QTY: 1. RFP EDA 17-40: Electromagnetic Drill Press and Base or equal product . QTY: 1. RFP EDA 17-41: Lincoln Electric Precision TIG 375 Welder Ready Pak or equal product . QTY: 18. Full RFP Specifications are available at www.nic.edu/procurement. Proposals must be submitted electronically using Public Purchase. Public Purchase is accessible at www.nic.edu/procurement. Proposals must be submitted no later than Wednesday, July 5, 2017 at 2:00 p.m. PDT . This project is partially funded with Federal funds from the United States Department of Commerce, Economic Develop-ment Administration and is therefore subject to the Federal laws and regulations associated with that program. EDA AWARD #07-01-07314. Questions regarding the RFP or any information contained herein must be submitted in writing to Carol Jones either by email at carol.jones@nic.edu or by mail at 1000 West Garden Ave. Coeur d'Alene, ID 83814 SR32591

NORTH IDAHO COLLEGE COEUR ...

$
0
0
North Idaho College Coeur d'Alene, Idaho 83814 REQUEST FOR PROPOSALS EQUIPMENT AUTOMOTIVE TECHNOLOGY PROGRAM North Idaho College is inviting all interested suppliers to respond to this request for proposals (RFP) for equipment for the Machining and CNC Technology Program. Equipment will be located at the NIC Parker Technical Center located in Rathdrum, Idaho. The deadline for submittal of proposals is Wednesday, July 5, 2017 at 2:00 p.m. PDT . RFP EDA17-27: Adjustable Welded Workbench with back stops/end stops; 10,000 lbs. capacity, 60"/28". QTY: 32 RFP EDA17-28: 2 Ton Foldable Engine Hoist/Crane. QTY: 4. RFP EDA 17-29: 50 Ton Air/Hydraulic Shop Press and Accessories. QTY: 1. RFP EDA 17-30: Tire balancer Machine and Accessories or equal product . QTY: 1 RFP EDA 17-31: Conventional Tire Changer/ Machine and Accessories or equal product . QTY: 1 RFP EDA 17-32: Alignment Machine with Cordless Remote Indicator Kit or equal product . QTY: 1 RFP EDA 17-33: Front Loading Parts Washer/Spray Wash Cabinet or equal product . QTY: 1 RFP EDA 17-34: ½ Ton Transmission Jack or equal product . QTY: 1 RFP EDA 17-35: On-Car Brake Lathe and Adaptor Set or equal product . QTY: 1 RFP EDA 17-36: Robinair A/C Recycler Machine or equal product . QTY: 1 Full RFP Specifications are available at www.nic.edu/procurement. Proposals must be submitted electronically using Public Purchase. Public Purchase is accessible at www.nic.edu/procurement. Proposals must be submitted no later than Wednesday July 5, 2017 at 2:00 p.m. PDT. This project is partially funded with Federal funds from the United States Department of Commerce, Economic Develop-ment Administration and is therefore subject to the Federal laws and regulations associated with that program. EDA AWARD #07-01-07314. Questions regarding the RFP or any information contained herein must be submitted in writing to Carol Jones either by email at carol.jones@nic.edu or by mail at 1000 West Garden Ave. Coeur d'Alene, ID 83814 SR32589

NORTH IDAHO COLLEGE COEUR ...

$
0
0
North Idaho College Coeur d'Alene, Idaho 83814 REQUEST FOR PROPOSALS EQUIPMENT MACHINE TECHNOLOGY PROGRAM North Idaho College is inviting all interested suppliers to respond to this request for proposals (RFP) for equipment for the Machining and CNC Technology Program. Equipment will be located at the NIC Parker Technical Center located in Rathdrum, Idaho. The deadline for submittal of proposals is Wednesday July 5, 2017 at 2:00 p.m. PDT . RFP EDA17-20: Chevalier Precision Handfeed Surface Grinder or equal product . QTY: 2. RFP EDA17-21: HAAS Super Mini Mill Vertical Machining Center with Chip Auger and Tooling or equal product . QTY: 3. RFP EDA 17-22: HAAS ST-10 CNC Turning Center Lathe and Tooling or equal product . QTY: 3. RFP EDA 17-23: ZEISS DuraMax CMM Coordinate Measuring Machine, Shop Floor Base, Accessories and Software or equal product . QTY: 1. EDA RFP 17-24: Ganesh Precision GT 16" X 40" Engine Lathe or equal product .QTY: 13. EDA RFP 17-25: Extra Heavy Duty Workbench; 10,000 lbs. capacity, 48"/36"/34". QTY: 25 Full RFP Specifications are available at www.nic.edu/procurement. Proposals must be submitted electronically using Public Purchase. Public Purchase is accessible at www.nic.edu/procurement. Proposals must be submitted no later than Wednesday, July 5, 2017 at 2:00 p.m. PDT . This project is partially funded with Federal funds from the United States Department of Commerce, Economic Develop-ment Administration and is therefore subject to the Federal laws and regulations associated with that program. EDA AWARD #07-01-07314. Questions regarding the RFP or any information contained herein must be submitted in writing to Carol Jones either by email at carol.jones@nic.edu or by mail at 1000 West Garden Ave. Coeur d'Alene, ID 83814 SR32590

NORTH IDAHO COLLEGE COEUR ...

$
0
0
North Idaho College Coeur d'Alene, Idaho 83814 REQUEST FOR PROPOSALS EQUIPMENT WELDING TECHNOLOGY PROGRAM North Idaho College is inviting all interested suppliers to respond to this request for proposals (RFP) for equipment for the Welding Technology Program. Equipment will be located at the NIC Parker Technical Center located in Rathdrum, Idaho. The deadline for submittal of proposals is Thursday, July 6, 2017 at 2:00 p.m. PDT. RFP EDA17-54: Watts W-6-20 Pipe Cutting Machine or equal product . QTY: 2 RFP EDA17-55: Heavy Duty Acetylene Outfit/Cutting Torch or equal product . QTY: 10. RFP EDA 17-56: Go-Fer IV Torch Combo or equal product . QTY: 2. RFP EDA 17-57: Heavy Duty Two Hose Machine Torch or equal product . QTY: 2. RFP EDA 17-58: Lincoln Electric Precision TIG 375 Welder Ready Pak or equal product . QTY: 18. RFP EDA 17-59: 13" X 18" Horizontal Bandsaw or equal product . QTY: 1. RFP EDA 17-60: Piranha III Tungsten Electrode Grinder or equal product . QTY: 1. RFP EDA 17-61: Pipemate Roller and Stand or equal product . QTY: 1. RFP EDA 17-62: Cutmaster 82 Plasma System or equal product . QTY: 1. RFP EDA 17-63: Fold-A-Jack Pipe Stand with Roller Head or equal product . QTY: 8. RFP EDA 17-64: Hydraulic Metal Shear/Ironworker or equal product . QTY: 1. Full RFP Specifications are available at www.nic.edu/procurement. Proposals must be submitted electronically using Public Purchase. Public Purchase is accessible at www.nic.edu/procurement. Proposals must be submitted no later than Thursday, July 6, 2017 at 2:00 p.m. PDT . This project is partially funded with Federal funds from the United States Department of Commerce, Economic Develop-ment Administration and is therefore subject to the Federal laws and regulations associated with that program. EDA AWARD #07-01-07314. Questions regarding the RFP or any information contained herein must be submitted in writing to Carol Jones either by email at carol.jones@nic.edu or by mail at 1000 West Garden Ave. Coeur d'Alene, ID 83814. SR32586

NORTH IDAHO COLLEGE COEUR ...

$
0
0
North Idaho College Coeur d'Alene, Idaho 83814 REQUEST FOR PROPOSALS EQUIPMENT COMPUTER AIDED DRAFTING TECHNOLOGY PROGRAM North Idaho College is inviting all interested suppliers to respond to this request for proposals (RFP) for equipment for the Computer Aided Drafting Technology Program. Equipment will be located at the NIC Parker Technical Center located in Rathdrum, Idaho. The deadline for submittal of proposals is Thursday, July 6, 2017 at 2:00 p.m. PDT. RFP EDA17-53: Mark Two Carbon Fiber 3D Printer or equal product . QTY: 1 Full RFP Specifications are available at www.nic.edu/procurement. Proposals must be submitted electronically using Public Purchase. Public Purchase is accessible at www.nic.edu/procurement. Proposals must be submitted no later than Thursday, July 6, 2017 at 2:00 p.m. PDT . This project is partially funded with Federal funds from the United States Department of Commerce, Economic Develop-ment Administration and is therefore subject to the Federal laws and regulations associated with that program. EDA AWARD #07-01-07314. Questions regarding the RFP or any information contained herein must be submitted in writing to Carol Jones either by email at carol.jones@nic.edu or by mail at 1000 West Garden Ave. Coeur d'Alene, ID 83814 SR32587

INVITATION TO BID SEALED PR...

$
0
0
INVITATION TO BID Sealed proposals for the SECURITY IMPROVEMENTS UPGRADE, AIP No. 3-53-0089-040, HLA Project No. 16164, will be received by the City Clerk at Yakima City Hall, 129 North Second Street, Yakima, Washington 98901, until 2:00 p.m. local time on July 13, 2017, at which time the bids will be publicly opened and read aloud. Bids shall be addressed to the City Clerk at Yakima City Hall. The work includes the following approximate major items: The project will remove and replace 11 vehicle gates, 8 pedestrian gates, and add security lighting at vehicle gates. Work will also include cement concrete curb and sidewalk replacement to meet ADA requirement, and hot mix asphalt. Contract time to complete schedules of work is one hundred and ten (110) working days, with liquidated damages of $2,500.00 per calendar day should the Contractor fail to complete the work within the time allowed. Sunday and legal holidays shall be excluded in determining days in default. Contract Documents may be examined at the following locations: Airport Manager's Office Yakima City Hall HLA Engineering and Land Surveying, Inc. (HLA) Electronic copies of the CONTRACT DOCUMENTS may be obtained at no cost at the following website: https://www.hlacivil.com/bid/. Physical copies may be obtained at the office of HLA Engineering and Land Surveying, Inc. (HLA), 2803 River Road, Yakima, Washington 98902 (509-966-7000) upon payment of $75.00 for each set, non-refundable. Planholder list and addenda will be available on the website. Bidders are encouraged to register as planholders on the website, whom will be added to the Planholder list and will receive automatic addenda notification. The proposed CONTRACT is under and subject to Executive Order 11246 of September 24, 1965, and to the Equal Employment Opportunity (EEO) and Federal Labor Provisions. The EEO requirements, labor provisions, and wage rates are included in the specifications and bid documents. Attention is called to the fact that not less than the minimum salaries and wages as set forth in the Contract Documents must be paid on this project, and the Contractor must ensure employees and applicants for employment are not discriminated against because of their race, color, religion, sex, age, or national origin. To be eligible for award, each Bidder must comply with the Affirmative Action, Buy American Preferences, Foreign Trade Restrictions, Davis Bacon, Government-wide Department and Suspension, and Government-wide Requirements for Drug-free Workplace requirements which are contained in the FAA Special Provisions. A contractor or subcontractor having 50 or more employees and who may be awarded a contract of $50,000.00 or more will be required to maintain an affirmative action program, the standards for which are contained in the FAA Special Provisions. Title VI Solicitation Notice The City of Yakima 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 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 requirements of 49 CFR Part 26 apply to this contract. It is the policy of the City of Yakima 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." Each Proposal must be submitted on the prescribed form and accompanied by a certified check or Bid Bond on the form bound within the Contract Documents or one similar, payable to the City of Yakima, in an amount not less than five percent (5%) of the amount bid. The successful Bidder will be required to furnish a Performance and Payment Bond, each in the full amount of the contract price. The Owner reserves the right to waive any informality or to reject any or all proposals, or portions thereof, not conforming to the intent and purpose of the contract documents. No Bidder may withdraw his proposal within ninety (90) days after the actual date of the opening thereof. Sonya Claar Tee City Clerk Publish: 6/20/2017 & 7/3/2017 SR32665

INVITATION FOR BIDS PABLO ...

$
0
0
INVITATION FOR BIDS PABLO DEVELOPMENT PROJECT The Salish & Kootenai Housing Authority (hereinafter, "OWNER") at 56243 U.S. Hwy 93, Ronan, MT 59864 until 3:00 p.m. local time, July 11, 2017, will receive BIDS and then at said office publicly opened and read aloud, for the construction of the Pablo Development Project. Bidding: BIDS will be accepted for consideration, until 3:00 p.m. local time on July 11, 2017, at the office of the Salish & Kootenai Housing Authority, in Pablo, Montana. Each BID must be submitted in a sealed envelope, addressed to the Salish & Kootenai Housing Authority 56243 U.S. Hwy 93 Ronan, MT 59864 (if shipped) or Salish & Kootenai Housing Authority P.O. Box 38, Pablo, MT 59855 * if mailed*. Each sealed envelope containing a BID must be plainly marked on the outside as "BID for Pablo Development Project", and the envelope should bear on the outside, the name of the BIDDER, his or her address and his or her contractor license number. If forwarded by mail the sealed envelope containing the BID must be enclosed in another envelope addressed to the OWNER. All BIDS shall be submitted on the form provided in the specification Documents. All blank spaces must be filled in, in ink or typewritten. The BID form just be fully completed and executed when submitted. Any BIDS with conditions or qualifications will not be accepted only one copy of the BID form is required. Any BID may be withdrawn prior to the above scheduled time for the opening of BIDS or authorized postponement thereof. No BIDDER may withdraw a BID within thirty (30) days after the actual date of the opening thereof. Should there be reasons why the CONTRACT cannot be awarded within the specified period, the time may be extended. Each BIDDER will provide a subcontractor and supplier list with their BID. *Mail delivery first passes through the Tribal mail room and is then delivered to the Housing Authority. Mailed BIDS, therefore, may not be received by the Housing Authority office before the BID Closing time and date unless mailing is allowed extra time. Mailed BIDS received by the Housing Authority after the BID closing time and date, will be considered non-responsive and will be returned unopened. The BIDDER will be responsible to ensure its mailed BID has been received before the BID Closing time and date. BIDS received after this time will not be accepted. No faxed BIDS will be allowed. Mandatory Pre-BID Conference : A Mandatory Pre-BID Conference will be held on June 28, 2017, at the Salish and Kootenai Housing Authority in Pablo, Montana, at 10:00 a.m. local time.All BIDDERS must attend the Mandatory Pre-BID Conference. BID DOCUMENTS: Project documents are available at www.architectswestplans.com. Bidders may download digital files at no cost; Hardcopy sets are available with a refundable de- posit of $200 per set plus a non-refundable fee of $20 per set for handling to be submitted by separate checks. General Contractor may obtain two set of documents; Mech/Elec/First Tier subcontractors may obtain one set of documents via checks payable to Architects West and mailed to Abadan Reprographics, 603 E. 2nd Ave Spokane, WA 99202. Deposits will be returned on receipt of documents for a period of ten days after bid opening, provided they are complete and in clean, usable condition. Additional or partial sets may be purchased.Bidders are required to register as a plan holder at www.architectswestplans.com, and select "Add me as a Plan Holder". Questions regarding the plan room contact Auron (509) 747-2964 or repro@abadanspokane.com. A complete set of contract documents will also be filed with: Exchanges of Montana: (Missoula, Kalispell, Billings, Great Falls, Bozeman, Butte, and Helena); Associated Builders & Contractors, 1760 E. Trent Ave., Spokane, WA; Abadan Regional Plan Center, 603 E. 2nd Ave. Spokane, WA; Associated General Contractors, 1649 W. Shoreline Dr., Ste. 100, Boise, ID; Spokane Regional Plan Center, 209 N. Havana, Spokane, WA. BONDS: A BID GUARANTEE of not less than 5% of the total BID amount, payable to the OWNER, is required for all BIDS in excess of $25,000. The BID guarantee shall be a certified check, bank draft, U.S. BOND at par value or a BID BOND secured by a surety company. Personal checks are not acceptable. The BID GUARANTEE will not be returned until the PERFORMANCE and PAYMENT BONDS are verified, executed and approved after which it will be returned. The proposal procedures and award of the CONTRACT will be conducted in accordance with the Instruction to BIDDERS (form HUD 5369), General Conditions of the CONTRACT for Construction (form HUD 5370), and the selection of the successful contractor and award of this project will be per the provisions of the Confederated Salish and Kootenai Tribes Indian Preference Ordinance 101A, in its most current form. A Performance BOND and a Payment BOND each in the amount of 100 percent (100%) of the CONTRACT price (with a corporate surety approved by the OWNER) will be required to ensure faithful performance of the CONTRACT. Attorneys-in-fact who sign BID BONDS or Payment BONDS and Performance BONDS must file with each BOND a certified and effective date copy of their power of attorney. The party(s) to whom the CONTRACT(s) are awarded will be required to execute the CONTRACT and obtain the Performance BOND and Payment BOND within ten (10) calendar days from the date when NOTICE OF AWARD is delivered to the BIDDER. The NOTICE OF AWARD shall be accompanied by the necessary CONTRACT and BOND forms. In case of failure of the BIDDER to execute the Contract, the OWNER, at his or her option consider the BIDDER in default, in which case the BID Bond accompanying the proposal shall become property of the OWNER. Within ten (10) days of receipt of the NOTICE OF AWARD, BIDDER shall sign the CONTRACT and return to such Party two executed duplicates of the CONTRACT, the acceptable Performance BOND, Payment Bond and Contract signed by the Party to whom the CONTRACT was awarded. Once the OWNER receives these documents they shall have fifteen (15) days to receive attorneys review and sign the CONTRACT. If the OWNER does not execute the CONTRACT within such period, the BIDDER may by written notice withdraw his or her signed CONTRACT. Such notice of withdrawal shall be effective upon receipt of the notice by the OWNER. The NOTICE TO PROCEED shall be issued within fifteen (15) days of the execution of the CONTRACT by the OWNER. Should there be reasons why the NOTICE TO PROCEED cannot be issued within such period; the time may be extended by mutual agreement between the OWNER and CONTRACTOR. If the NOTICE TO PROCEED has not been issued within the ten (10) day period or within the period mutually agreed upon, the CONTRACTOR may terminate the CONTRACT without further liability on the part of either party. This is an Indian Preference BID. Tribal Contractors who wish to receive Indian Preference must obtain certification by the Indian Preference Office as a legitimate Indian-owned business prior to the submission of BIDS. Proof of Indian Preference Certification must be included with your BID in the form of a copy of the Certificate issued by the Indian Preference Office. Be advised that evidence of your membership or affiliation with a Tribe does not constitute Indian Preference Certfication. You must be certified by the Indian Preference Office in order to claim preference. It is the sole responsibility of the BIDDER to obtain and provide proof of Indian Preference Certification from the Indian Preference Office. Contact Margaret Sheridan, (406) 675-2700, ext. 1045, or Margaret.sheridan@cskt.org. The project is funded by the Salish & Kootenai Housing Authority, therefore a Davis Bacon Wage rates are provided. This project is comprised of eight (2) two-bedroom homes, with two being handicap accessible homes. Each BIDDER is responsible for reading and being thoroughly familiar with the BID Documents. The failure or omission of any BIDDER to do any of the foregoing shall in no way relieve any BIDDER from any obligation to his or her BID. Right to reject any and all BIDS: This advertisement for BIDS does not commit the OWNER to award a CONTRACT, nor to pay any costs incurred in the preparation of the BIDS or to the procurement of supplies. The OWNER reserves the right to reject any and all BIDS, if the evidence submitted by, or investigation of, such BIDDER fails to satisfy the OWNER that such BIDDER is properly qualified to carry out the obligations of the CONTRACT and to complete the work contemplated therein, to waive any informalities or irregularities and to re-advertise when it is in the best interest of the OWNER.The OWNER may make such investigations as deemed necessary to determine the ability of the BIDDER to perform the work, and the BIDDER shall furnish to the OWNER all such information and data for this purpose as the OWNER may request. For questions, contact the Housing Authority: (406) 675-4491, ext. 1520, or gclairmont@skha.org. Gwen Clairmont, Procurement Officer, Salish & Kootenai Housing Authority, P.O. Box 38, Pablo, MT 59855 SR32650

NOTICE OF SEPA APPLICATION ...

$
0
0
NOTICE OF SEPA APPLICATION Notice is hereby given that Steve Krum has filed a State Environmental Policy Act (SEPA) application for the property located at 2808 E. 29th / B1704747SEPA . The lead agency is likely to issue a determination of non-significance for this project. Please note that this may be the only opportunity to comment on the environmental impacts of the proposed project. Any person may submit comments on the proposed action or call for additional information at: Planning and Development Attn: Mike Froemming 808 West Spokane Falls Boulevard Spokane, WA 99201-3343 Phone (509) 625-6141 APPLICATION INFORMATION City File Number: B1704747SEPA Applicant: Steve Krum Street Address: 2808 E. 29th Legal Description: A full legal description is available for review in Developer Services, location on third floor of City Hall Description of Proposal: A grading permit for filling and compacting of soils approximately 8,500 cubic yards ONLY THE APPLICANT AND PERSONS SUBMITTING WRITTEN COMMENTS AND TESTIFYING MAY APPEAL THE DECISION OF APPROVAL OR DENIAL OF THIS APPLICATION. Comment Period Information: Any person may submit comments regarding this proposal. Comments will be considered on this application and any environmental issues and any environmental documents related to the proposed action. All written comments will become a part of the record. Comments are due by 5:00 p.m., 06/26/2017, and must be sent to Mike Froemming at the City of Spokane, Planning and Development, 808 West Spokane Falls Boulevard, Spokane WA 99201-3343. SR32628

NOTICE OF SECOND TRAFFIC STUDY...

$
0
0
NOTICE OF SECOND TRAFFIC STUDY MEETING Notice is hereby given that a Second Traffic Study Meeting will be held for Regal Commons on July 5th, 2017 from 5 PM to 6 PM at the meeting room at the Spokane Public Library- South Hill Branch located at 3324 S Perry, Spokane, WA 99223 Proposed Project: The develop- ment of 8.62 ac +/- into a retail shopping center located East of Regal Street, North of 55th Avenue, South of 53rd Avenue and West of Fiske Street. Proponent: Agent/Representative: Todd R. Whipple, P.E., Whipple Consulting Engineers. FOR MORE INFORMATION CALL: Whipple Consulting Engineers 509-893-2617. SR32642

NOTICE INVITING PROPOSALS ...

$
0
0
NOTICE INVITING PROPOSALS FOR RENTAL CAR CONCESSIONS AND LEASE AGREEMENTS AT THE SPOKANE INTERNATIONAL AIRPORT The Spokane International Airport Board invites qualified and interested parties to submit proposals for the award of rental car concessions to permit multiple on-Airport rental car operations. Proposal and contract documents may be obtained on June 21, 2017 from our website at: http://business.spokaneairports.net/rfp A Pre-Proposal Meeting will be held on July 10, 2017, at 2:00 p.m. in the Board Room, Room 204, 2nd Floor of the Terminal building at Spokane International Airport. The conference call in number to participate is: 866. 962.6634, Passcode: 87838166. The Spokane International Airport is an Equal Opportunity Employer and encourages Disadvantaged Business Enterprises to participate in the competitive proposal process. SR32674

NOTICE OF SEPA APPLICATION ...

$
0
0
NOTICE OF SEPA APPLICATION Notice is hereby given that Russ Page has filed a State Environmental Policy Act (SEPA) application for the property located at 9420 N Newport Hwy/ B1703326SEPA . The lead agency is likely to issue a determination of non-significance for this project. Please note that this may be the only opportunity to comment on the environmental impacts of the proposed project. Any person may submit comments on the proposed action or call for additional information at: Planning and Development Attn: John Halsey 808 West Spokane Falls Boulevard Spokane, WA 99201-3343 Phone (509) 625-6140 APPLICATION INFORMATION City File Number: 81703326SEPA Applicant: Russ Page 204 N. Division, Spokane WA. Street Address: 9420 N. Newport Spokane WA Legal Description: A full legal description is available for review in Developer Services, location on third floor of City Hall Description of Proposal: The construction of a single story retail building of approx- imately 10,500 square feet with an estimated 44 parking stalls. ONLY THE APPLICANT AND PERSONS SUBMITTING WRITTEN COMMENTS AND TESTIFYING MAY APPEAL THE DECISION OF APPROVAL OR DENIAL OF THIS APPLICATION. Comment Period Information: Any person may submit comments regarding this proposal. Com-ments will be considered on this application and any environ-mental issues and any environ-mental documents related to the proposed action. All written comments will become a part of the record. Comments are due by 5:00 p.m., July 3, 2017, and must be sent to John Halsey at the City of Spokane, Planning and Development, 808 West Spokane Falls Boulevard, Spokane WA 99201- 3343. SR32673

PROPOSED AMENDMENT TO THE 2017...

$
0
0
Proposed Amendment to the 2017-2020 Transportation Improvement Program The Spokane Regional Transportation Council (SRTC) is seeking public comment on a proposed amendment to the 2017-2020 Transportation Im-provement Program (TIP). The TIP identifies projects to be undertaken during the upcoming four years. The amendment modifies three projects already included in the document. Full details on both the TIP and the proposed amendment are available at www.srtc.org or by calling 509/343-6370. A public comment period starts 6/21/17. All comments must be received by 4 p.m. on 6/30/17 by emailing to contact.srtc@srtc.org, mailing to SRTC, 421 W. Riverside Ave., Suite 500, Spokane, WA 99201 or by calling 509/343-6370. SRTC is committed to nondis-crimination in accordance with Title VI of the Civil Rights Act of 1964, and Civil Rights Restoration Act of 1987 (P.O. 100.259) and the Americans with Disabilities Act. A person with a disability may request a reasonable accommo-dation by contacting the SRTC office at (509) 343-6370 or at contact.srtc@srtc.org at least 48 hours in advance. Persons who are deaf or hard of hearing may contact (509) 343-6387 through the Washington Relay Service at 7-1-1. SR32672
Viewing all 11597 articles
Browse latest View live


<script src="https://jsc.adskeeper.com/r/s/rssing.com.1596347.js" async> </script>