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

INVITATION TO BID SEALED PR...

$
0
0
INVITATION TO BID Sealed proposals for the Runway 7/25 Rehabilitation and Taxiway Reconstruction Improvements will be received by the City Clerk at Sunnyside City Hall, 818 E. Edison Avenue, Sunnyside, Washington, 98944 until 10:00 a.m. local time on July 19, 2017, at which time the bids will be publicly opened and read aloud at the Fire Station Training Room #1 at 513 South 8th Street, Sunnyside, Washington. Bids shall be addressed to the City Clerk at Sunnyside City Hall. The work includes the following approximate major items: Work will be performed in three schedules of work. The project will rehabilitate the runway by cold milling and removing approximately 24,000 square yards of existing asphalt pavement, installing approximately 4,500 tons bituminous surface course and installation of new pavement markings. The project will also relocate a major portion of the parallel taxiway. This work will include removal of 37,000 square yards of existing asphalt, installation of 8,000 tons of foundation rock; installation of 10,200 tons of P-154 subbase; installation of 9,600 tons of aggregate base and construction of 2,800 tons of bituminous surface course. Contract time to complete all schedules of work is 125 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: City of Sunnyside City Hall HLA Engineering and Land Surveying, Inc. (HLA) Tri-City Construction Council Yakima Plan Center 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 $150.00 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. The City of Sunnyside 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 Sunnyside 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 Sunnyside, 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. Deborah Estrada, City Clerk SR32670

CHELAN COUNTY, WA CASHMER...

$
0
0
CHELAN COUNTY, WA CASHMERE DRYDEN AIRPORT RUNWAY PAVEMENT MAINTENANCE A.I.P. PROJECT No. 3-53-0011-003-2017 INVITATION TO BID Sealed bids for the Cashmere Dryden Airport, Runway Pavement Maintenance, A.I.P. Project No. 3-53-0011-003-2017 will be received by in-person delivery or by courier at the Chelan County Auditor Office, 350 Orondo Ave, Level 3, Wenatchee, WA 98801, until 2:00 p.m. of the bid opening day. The bid opening date for this project is July 13, 2017. The bids will be publicly opened and read after 2:00 p.m. on this date. Any bids received after the time for opening cannot, and will not be considered. The scope of work being considered is: 1.Runway pavement marking removal 2.Crack repair of the runway pavement 3.Slurry seal of the runway pavement 4.Pavement marking The Contract Documents for the above project may be examined between the hours of 8:00 a.m. and 5:00 p.m. Monday through Friday at the Chelan County Auditor Office, 350 Orondo Ave, Level 3, Wenatchee, WA 98801. Bidding documents can be downloaded at www.questcdn.com under Login using QuestCDN #5211824 for a non-refundable charge of $10.00. 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 Kurt Addicott, Century West Engineering Corporation, (425) 941-6235. An optional pre-bid conference will be held at the Cashmere Dryden Airport, 5500 Sullivan St, Cashmere, WA 98815, on June 29, 2017 at 4:00 p.m., local time. All 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. 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. Chelan County , 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, disad-vantaged 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. 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. Chelan County is an Equal Opportunity Employer and encourages woman, minority, DBE, and small businesses to participate in the competitive bidding process. Liquidated damages for delay will be assessed against the contractor in the amount of $1,500 per day for failure to complete the work within the time limit specified. 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. Chelan County 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 County 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: CHELAN COUNTY CASHMERE DRYDEN AIRPORT RUNWAY PAVEMENT MAINTENANCE AIP PROJECT NO. 3-53-0011-003-2017" Bids shall be marked with the Contractor's current License Number and Class and be addressed to the undersigned as Construction Project Manager. Marilee Campbell, Airport Manager Cashmere Dryden Airport SR32664

REQUEST FOR QUALIFICATIONS (RF...

$
0
0
REQUEST FOR QUALIFICATIONS (RFQ) NUMBER P10369 On-Call Cultural Resources Survey Services SERVICE PROVIDER LIST CREATED for services consisting of all phases and disciplines normally and customarily associated with a professional Cultural Resources Survey Services Firm. Work shall meet the requirements of the Washington State Department of Archaeology and Historic Preservation for Sec. 106 of the National Historic Preservation Act and Washington State Executive Order 05-05 consultations as applicable. Work to include surveys and completion of inventory forms for both historic and archaeological resources and may include subsurface as well as surface surveys. Work will also require coordination with the local Native American tribes regarding traditional cultural properties, monitoring during construction, and resource recovery and documentation when necessary. Consultant may also be tasked with providing HABS/HAER documentation when project adversely affects known historic resources. Firm must have staff meeting the Professional Qualifications Standards of the Department of Interior as set out in the Code of Federal Regulations, 36 CFR Part 61 in the fields of History and Archaeology and must be listed as a qualified consultant by the Washington State Department of Archaeology and Historic Preser-vation. Funding for projects may come from Federal, State and/or Spokane County sources. The Spokane County Board Of County Commissioners hereby notifies all bidders that no person or organization shall be dis-criminated against on the basis of race, religion, color, age, sex, sexual orientation or national origin in consideration for an award issued pursuant to this advertisement. Additionally mi-nority business enterprises are encouraged to submit bids in response to this invitation. Spokane County in accordance with Title VI of the Civil Rights Act of 1964 and Stat. 252, 42 USC 2000d---42 and Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the Secretary, part 21, Nondiscrimination in federally assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively ensure that any contract entered into pursuant to this advertisement, minority business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, sexual orientation or national origin in consideration for an award. COPIES of the RFQ documents are only available electronically and can be downloaded from the Spokane County Purchasing Department website on or after June 21, 2017. The RFQ will be located on the website under the sub-heading "Competitive Solicitation Project". The website URL is: http://www.spokanecounty.org/ 3405/Current-Opportunities- and-Results-Table QUALIFICATION submittals will be received by the Spokane County Purchasing Department, Second Floor - Spokane Regional Health Building, 1101 W. College Ave., Suite 241B, Spokane, WA 99201 until 3:00 P.M., local, Wednesday, July 19, 2017. QUESTIONS should be directed to Bruce Price, Senior Buyer, Phone: (509) 477-2307, Email: bprice@spokanecounty.org DATED THIS 20st day of June, 2017 Ginna Vasquez, Clerk of the Board SR32669

REQUEST FOR QUALIFICATIONS ...

$
0
0
Request for Qualifications & Quote Colville Tribes Long Range Transportation Plan (LRTP) & National Tribal Transportation Facility Inventory (NTTFI) Issued Date:June 19, 2017 Closing Date:July 14, 2017 at 2:00 P.M. /PST Bid Opening Date: July 17, 2017 2:00 P.M. Through this RFQ we are currently soliciting statements of Qualifications & Quote from a qualified Transportation and Planning consulting firm to assist the Colville Tribes in completing the GIS-driven 2017- 2018 NTTFI and supporting the LRTP update working with Colville Tribes Department Senior Transportation Planner & Staff on the Colville Indian Reservation, Nespelem, WA. The TTP Technical Assistance Contract will include the following Task Orders to be completed during the 2-Year on-Call Services Agreement/Contract. The Tribes solicitation Not-To-Exceed cost estimate, which details the assessed costs. The mandate evaluations should provide a detail of all anticipated technical labor, project expenses, related taxes, and Colville TERO fees (typically 5% of total project budget). Indian Preference will be taken into consideration in accordance with Chapter 10-3 of the TERO Ordinance which can be found online at http://www.colvilletribes.com/ tero/ord.html. The Tribe encourages Disad-vantaged Business Enterprises and Indian-Owned Business Enterprises to participate in the submission of proposals. Call the Colville Tribes TERO Office at 509-634-2716 for TERO Compliance and certification information. A copy of the full RFQ can be obtained by contacting: Raynee St. Pierre, Contract Specialist CCTDOT P.O. Box 150 Nespelem, WA 99155 Raynee.St.Pierre.DOT@colvilletribes.com (509) 634-2549 (509) 634-2529 FAX SR32666

CALL FOR BIDS 2017 STREET M...

$
0
0
CALL FOR BIDS 2017 STREET MAINTENANCE CURB RAMP PROJECTS Engineering Services File No. 2017042 This project consists of the construction of curb ramps for streets that are part of the Maintenance Grind and Overlay program for the year. The ramp work is concentrated areas in different parts of the City consisting of approximately 4,900 linear feet of cement concrete curb, 2,400 square yards of sidewalk, sidewalk removal, concrete curb wall, sundry utility adjustments and other related miscellaneous items. The City of Spokane Purchasing Department, Fourth floor, City Hall, 808 West Spokane Falls Boulevard, Spokane WA 99201- 3316, will receive sealed bids until 1:00 p.m., July 10, 2017 for the above project located in Spokane, Washington, in accor-dance with the Contract Documents on file at the Department, Engineering Services. The bids will be publicly opened and read at 1:15 p.m. in the City Council Chambers. Copies of the Contract Documents are available at www.cityofspokaneplans.com. The Planholders list is also available at this website. Additional project information including the Engineer's es-timated cost range for the project, bid results (after bid opening), as well as information about other City projects are available by following the appropriate links at the following website: www.spokaneengineering.org/ bid-information. The City of Spokane, in accor-dance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000d-4 and Title 49, Code of Federal Regulation, Department of Transportation, subtitle A, Office of the Secretary, Part 21, Nondiscrimination in Federally-Assisted Programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively ensure that in any contract entered into pursuant to this advertisement, disadvantaged business enter-prises as defined at 49 CFR Part 26 will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color or national origin, or sex in consideration for an award. Bids shall be submitted on the forms provided in accordance with the provisions of the Specifications. Irregular bid proposals will be rejected in accordance with the specifica-tions. Cash, cashier's check, a certified check or surety bond in the sum of five percent (5%) of the Total Project Bid must accompany the copy of the bid filed with the City Clerk. Successful bidder shall execute the Contract within TEN (10) calendar days after receiving the Contract. Should the successful bidder fail to enter into such contract and furnish satisfactory performance bond within the time stated herein, the bid proposal deposit shall be forfeited to the City of Spokane. The City of Spokane will normally award this Contract or reject bids within FORTY FIVE (45) calendar days after the time set for the bid opening. If the lowest responsible Bidder and the City of Spokane agree, this deadline may be extended. If they cannot agree on an extension by the 45-calendar day deadline, the City of Spokane reserves the right to Award the Contract to the next lowest responsible Bidder or reject all Bids. In accordance with SMC 7.06.500 and RCW 39.04.350(1), the low bidder shall complete the Supplemental Bidder Respon-sibility Criteria form located in Appendix C. Failure to promptly submit the form including supporting documentation if required may delay award of the Contract. SR32671

ADVERTISEMENT SALE OF TIMB...

$
0
0
ADVERTISEMENT SALE OF TIMBER Ni'nsi' Logging Unit COEUR D'ALENE INDIAN RESERVATION Sealed bids will be received until 10:00 A.M. local time at the Coeur d'Alene Tribal Forestry Office, 402 Anne Antelope Avenue, Plummer, Idaho on July 21, 2017. The sale is located in portions of Sections 19, 20, 28, and 30, T 44 N, R 4 W, Boise Meridian, Benewah County, Idaho. Approximately 444 acres will be logged with an estimated volume of 3.9 million board feet (3,900 MBF) of sawlogs and 340 tons of Mixed Fir Species tonwood. The minimum acceptable bids and estimated amounts are: $185/MBF for 3,000 MBF of ponderosa pine sawlogs; $250/MBF for 900 MBF of Douglas-fir and Other Species sawlogs; $25/TON for 340 TONS of Mixed Fir Species tonwood (non-biddable). Bidders will also have the option to purchase an undetermined amount of all species pulp logs not meeting sawlog specifications at a flat rate of $2 per ton. No bids are allowed on pulp logs. Stated volumes were estimated by timber cruising and are not guaranteed. A bid deposit in the form of a certified check payable to the Bureau of Indian Affairs, in the amount of $23,500 must accompany each sealed bid. Only bids from companies that have a current Coeur d'Alene Tribal Business license will be accepted and a fully signed copy of such license must be submitted with the bid package. A satisfactory performance bond in the amount of $40,000 must be submitted within thirty days of the acceptance of the bid. For information call: Barbara Scaroni - Tribal Forestry at (208) 686- 2074. Prospectus, sample contract, and bid forms may be obtained by contacting the Forestry office or online from the Tribal website under natural resources/forestry at www.cdatribe-nsn.gov. Dated this 4th day of May, 2017 at Plummer, Idaho, Micah Runnels, Superintendent, Coeur d'Alene Agency, Bureau of Indian Affairs. Dated this 4th day of May, 2017 at Plummer, Idaho, Micah Runnels, Superintendent, Coeur d'Alene Agency, Bureau of Indian Affairs. SR32667

NOTICE OF PUBLIC HEARING SPOKA...

$
0
0
Notice of Public Hearing Spokane County Hearing Examiner Wednesday, July 5th, 2017 9:00 - PE-2057-17: Preliminary Plat to divide approximately 11.43 acres north and west of the inter- section of E. Belle Terre Avenue/S. Evergreen Road. The proposed development will include (1) existing single family residence and eleven (11) new single family dwelling units for a total of twelve (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 intersection, in the SE ¼ of Section 34, Township 25 North, Range 44 EWM, Spokane County, Washington. Applicant: Whipple Consulting Engineers, Todd Whipple, P.E, 2528 N. Sullivan Road Spokane Valley, WA. 99216 (509) 893-2617 Staff Contact: Tom Vandervert, Associate Planner, (509) 477-7228. 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. SR32663

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

CITY OF DEER PARK DEER PAR...

$
0
0
CITY OF DEER PARK DEER PARK MUNICIPAL AIRPORT General Aviation Apron Expansion and Taxilane Project AIP # 3-53-0022-023 INVITATION FOR BID Sealed proposals will be received for the General Aviation Apron Expansion and Taxilane project, addressed to the City of Deer Park, 316 E Crawford Ave., Deer Park, WA 99006 until 3:00 pm local time on June 29, 2017 and then will be publicly opened and read. Bids received after the time fixed for the opening will not be considered. A pre-bid meeting will be held at the Deer Park Airport Office at 1:00 PM, local time June 22, 2017 for those interested contractors, subcontractors, and suppliers. The project will generally consist of construction of a General Aviation apron north of the existing GA complex, aircraft tie down anchors, drainage improvements and pavement markings; construction of a 35-foot wide taxilane; and construction of a system to collect and store aircraft de-icing chemicals for disposal in support of future de-icing operations including: new pavement (3,000 TONS asphalt concrete pavement, 4,250 Tons base course, 10,000 Tons sub-base course, 10,000 CY excavation) Copies may be obtained at the office of J U B ENGINEERS, Inc., located at 422 W. Riverside, Suite 304, Spokane, WA 99201, upon payment of $50.00 for each set, which is non refundable. Plans and Specifications will also be available on the J-U-B FTP site. Directions to the FTP site are included below. Bids will only be accepted from registered planholders who have purchased a set of Plans and Contract Documents from J-U-B ENGINEERS, Inc. All addenda will also be placed on the FTP site. To access J-U-B's ftp site: Navigate to the following URL - ftp.jub.com Username: DPAirportApron Password: ApronExpansion Each bid must be accompanied by a certified check, cashier's check, or bid bond in an amount not less than 5% of the total bid. CIVIL RIGHTS - TITLE VI The City of Deer Park 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 proposed contract is also under and subject to the following federal clauses: •Affirmative Action, •Government-wide Debarment and Suspension •Government-wide Requirements for Drug-free Workplace •Foreign Trade Restrictions •Buy American Preference •Disadvantage Business Enterprise Requirements as follows: City of Deer Park is an equal opportunity and affirmative action employer. The requirements of 49 CFR part 26 apply to this contract. It is the policy of the City of Deer Park to practice nondiscrimination based on race, color, sex or national origin in the award or performance of this contract. The City of Deer Park encourages participation by all firms qualifying under this solicitation regardless of business size or Ownership. All required Federal Clauses including the labor provisions, and wage rates are included in the specifications and bid documents. Each bidder must supply all of the information required by the bid documents and specifications. This project includes Federal funds and is subject to the wage provisions of the Washington State Public Works Laws, Federal Davis-Bacon, and related acts. Payments to the Contractor will not made unless Intent to Pay Prevailing Wages have been filed and approved for the Prime Contractor and all subcontractors. Each bidder shall furnish the Statement of Bidders Pre-Qualifications to the OWNER with satisfactory evidence of his competency to perform the work contemplated with the bid. The City of Deer Park reserves the right to reject any and all proposals, waive any informalities, or irregularities, postpone the award of the Contract for a period not to exceed ninety (90) days, and accept the proposal that is in the best interest of the City of Deer Park. The award of the Bid is contingent upon the receipt of Federal funding. Dated this 13th day of June, 2017. Robert Whisman, Mayor Where PublishedSpokesman ReviewDate(s) Published: 6-14-17; 6-21-17 SR32644

NOTICE NOTICE IS HEREBY GIV...

$
0
0
NOTICE NOTICE IS HEREBY GIVEN THAT ON THE 28TH DAY OF JUNE, 2017 AT 2:00 PM, A PUBLIC AUCTION WILL BE HELD FOR THE PURPOSE OF SATISFYING A LANDLORDS LIEN ON THE CONTENTS OF 3 STORAGE UNITS, AT STORAGETREASURES.COM THE GOODS TO BE SOLD ARE GENERALLY DESCRIBED AS HOUSEHOLD ITEMS, FURNITURE AND CLOTHING. UNIT 0145 JAMIE ANDERSON 12581 GREEN PASTURE RD NAPLES, ID 83847 UNIT 3127 JON COOK 131 WEST LAKE ST. HAGERMAN, ID 83332 UNIT 0022 GEORGE JOSEPH 5581 EAST PARKS RD ATHOL, ID 83801 SR32632

NOTICE TO BIDDERS SEALED BI...

$
0
0
NOTICE TO BIDDERS Sealed bids will be received by the Public Utility District No. 2 of Grant County at 154 A St SE, Ephrata WA. 98823, Washington until 2:00 P.M., on July 13, 2017 for Operations and Maintenance of the Crescent Bar Recreation Area Water and Wastewater Systems as more fully described in Contract Documents 430-07349. On the above date, the Bids will be opened and read aloud at the District's Office located at 154 A St SE, Ephrata Washington, 98823. All bids shall be subject to and shall comply with the "Instructions to Bidders" contained in the Contract Documents, copies of which are available at our e-Bid site www.ebidexchange.com/gcpud/. When reaching this site you will need to register as a new vendor if you are not already on our electronic vendor system. PUBLIC UTILITY DISTRICT NO. 2 OF GRANT COUNTY, WASHINGTON By:Nicona Butler Procurement Officer SR32679

NOTICE TO BIDDERS SEALED BI...

$
0
0
NOTICE TO BIDDERS Sealed Bids will be received by Energy Northwest at 76 N. Power Plant Loop, Deschutes Building, MD PE10, Richland, WA 99354 until 1:00pm (Pacific Time) on July 11, 2017 for Building No. 192 Renovation Project at the Industrial Development Complex, Site No. 1 more fully described in IFB Documents 686873. All Bids shall be subject to and shall comply with the IFB Documents, copies of which are available from Rebecca Kolln at rrkolln@energy-northwest.com. ENERGY NORTHWEST By:Rebecca Kolln Senior Contract Officer SR32676

STATE OF WASHINGTON IRRIGATED ...

$
0
0
STATE OF WASHINGTON Irrigated Agriculture Lease No. 12-E60282 Ten (10) Year Lease Term Department of Natural Resources (DNR) offers for lease at Sealed Bid Public Auction a tract of land containing 640 acres, described as all of Section 36, Township 16 North, Range 30 East, W. M., in Adams County, Washington, containing 486.00 irrigated agriculture acres. Annual Rent will be $153,090.00. Lease covenants may be examined at the Adams County Courthouse in Ritzville, DNR's Southeast Region Office located at 713 Bowers Rd, Ellensburg, WA 98926, or the office of the Commissioner of Public Lands, Olympia, WA. Sealed bid auction will be held at DNR's Southeast Region office in Ellensburg on July 25, 2017 at 2:30 p. m. For a bidder's qualification packet call (509) 925-0912. HILARY S. FRANZ, Commissioner of Public Lands SR32678

ADVERTISEMENT FOR BIDS EASTER...

$
0
0
ADVERTISEMENT FOR BIDS Eastern Washington University Project # AE1550GC - STA Bus Routing Project has been postponed until futher notice . EWU will NOT be conducting a prebid conference or accepting bids until further notice. Please direct questions regarding this project to EWU Project Manager Steve Schmedding (sschmedding@ewu.edu) or (509) 359.4205. SR32677

NOTICE NOTICE IS HEREBY GIV...

$
0
0
NOTICE NOTICE IS HEREBY GIVEN THAT ON THE 6TH DAY OF JULY 2017 AT 2:00 PM, A PUBLIC AUCTION WILL BE HELD FOR THE PURPOSE OF SATISFYING A LANDLORDS LIEN ON THE CONTENTS OF 1 STORAGE UNIT, AT STORAGETREASURES.COM. THE GOODS TO BE SOLD ARE GENERALLY DESCRIBED AS HOUSEHOLD ITEMS, FURNITURE AND CLOTHING. UNIT 1213 DAVID OCAMPO 1221 N 11TH ST. SUITE B COEUR D ALENE, ID 83814 SR32661

NOTICE OF APPLICATION & PUBLI...

$
0
0
Notice of Application & Public Hearing Proposed Preliminary Plat File #: Z16-906PPLT Location Description: The subject parcel to be used in this proposal is addressed as 4510 S. Freya Street, Spokane, WA (Parcel # 34032.9176). Hearing Date: July 20, 2017, 9:00 AM, Briefing Center 808 W. Spokane Falls Blvd., Spokane, WA Public Comment Period Ends: July 3, 2017 Proposed Use: 13-Lot Single Family Residential Lots Applicant/Property Owner: Diamond Rock Construction, Inc. 2602 N Sullivan Rd. Spokane Valley, WA 99216 Agent: Todd R. Whipple, Whipple Consulting Engineers, Inc. 509-893-2617 SEPA: Planning & Development Anticipates a Determination of Non-Significance (DNS). The optional DNS process is being used so this may be the only opportunity to comment on the environmental impacts of this proposal. A copy of the subsequent DNS may be obtained upon request. SEPA appeal deadline is July 19, 2017 Only the applicant, persons submitting written comments, and persons testifying at a hearing may appeal the decision. FOR INFORMATION: Dave Compton, Planning & Development Services 808 West Spokane Falls Blvd. 625-6089 -or- https://my.spokanecity.org/projects SR32649

IN THE SUPERIOR COURT OF THE S...

$
0
0
IN THE SUPERIOR COURT OF THE STATE OF WASHINGTON FOR SPOKANE COUNTY NO. 16-2-01055-0 SHERIFF'S NOTICE TO JUDGMENT DEBTORS OF SALE OF REAL PROPERTY WELLS FARGO BANK, N.A., its successors in interest and/or assigns, Plaintiff vs UNKNOWN HEIRS AND DEVISEES OF VIRGINIA L. HAVELICK AKA VIRGINIA L. HAVELIC; GREGORY SHANNON; JEFFERY SHANNON; PRISCILLA STOUT AKA PRESCILLA STOUT; UNITED STATES OF AMERICA; STATE OF WASHINGTON; MADISON TERRACE CONDOMINIUM ASSOCIATION; OCCUPANTS OF THE PREMISES, Defendants _______________________ TO: Unknown Heirs and Devisees of Virginia L. Havelick aka Virginia L. Havelic, Jeffery Shannon, United States of America, State of Washington, Madison Terrace Condominium Association, and Occupants of the Premises. A Writ for Order of Sale has been issued in the above-captioned case, directed to the Sheriff of Spokane County, commanding the sheriff as follows: WHEREAS, On January 13, 2017, an in rem Judgment and Decree of Foreclosure ("Final Judgment") was entered in favor of Wells Fargo Bank, N.A. ("Plaintiff") against the defendants Unknown Heirs and Devisees of Virginia L. Havelick aka Virginia L. Havelic, Jeffery Shannon, United States of America, State of Washington, Madison Terrace Condominium Association, and Occupants of the Premises ("Defendant"). The Judgment(s) foreclose the interests of all the Defendants in and to the following described property ("Property") commonly known as 1111 West 6th Avenue #103, Spokane, WA 99204 for the total sum of $198,689.66 with interest thereon at the rate of 2.090% per annum beginning on January 13, 2017 until satisfied. The Property situated in Spokane County, State of Washington, is legally described as: UNIT 103, OF MADISON TERRACE, A CONDOMINIUM, ACCORDING TO DECLARATION THEREOF RECOR-DED UNDER SPOKANE COUNTY RECORDING NO. 7907260217 AND ANY AMENDMENTS THERETO; SAID UNIT IS LOCATED ON SURVEY MAP AND PLANS FILED IN VOLUME 3 OF CONDOMINIUM PLATS, PAGE(S) 30-31, IN SPOKANE COUNTY, STATE OF WASHINGTON. Tax Parcel No.: 35192.5603 THEREFORE, pursuant to RCW 61.12.060, and in the name of the State of Washington, you are hereby commanded to sell the Property, or so much thereof as may be necessary, in order to satisfy the Judgment, including post-judgment interest and costs. MAKE RETURN HEREOF within sixty days of the date indicated below, showing you have executed the same. Pursuant to RCW 6.21.050(2), the Sheriff may adjourn the foreclosure sale from time to time, not exceeding thirty days beyond the last date at which this Writ is made returnable, with the consent of the plaintiff endorsed upon this Writ or by a contemporaneous writing. The sale date has been set for the 28th day of July, 2017, 10:00 a.m. at the South Entrance of the Spokane County Courthouse, 1116 W. Broadway Ave., Spokane, WA. YOU MAY HAVE A RIGHT TO EXEMPT PROPERTY from the sale under statutes of this state, including sections 6.13.010, 6.13.030, 6.13.040, 6.15.010, and 6.15.060 of the Revised Code of Washington, in the manner described in those statutes. Ozzie D. Knezovich, Sheriff, Spokane County ByTeresa Keith Civil Division, Public Safety Building Spokane, Wa. 99260-0300 (509) 477-6924 SR32630

IN THE SUPERIOR COURT OF THE S...

$
0
0
IN THE SUPERIOR COURT OF THE STATE OF WASHINGTON FOR SPOKANE COUNTY CAUSE NO. 16-2-01055-0 SHERIFF'S PUBLIC NOTICE OF SALE OF REAL PROPERTY WELLS FARGO BANK, N.A., its successors in interest and/or assigns, Plaintiff vs UNKNOWN HEIRS AND DEVISEES OF VIRGINIA L. HAVELICK AKA VIRGINIA L. HAVELIC; GREGORY SHANNON; JEFFERY SHANNON; PRISCILLA STOUT AKA PRESCILLA STOUT; UNITED STATES OF AMERICA; STATE OF WASHINGTON; MADISON TERRACE CONDOMINIUM ASSOCIATION; OCCUPANTS OF THE PREMISES, Defendant(s) _______________________ TO: Unknown Heirs and Devisees of Virginia L. Havelick aka Virginia L. Havelic, Jeffery Shannon, United States of America, State of Washington, Madison Terrace Condominium Association, and Occupants of the Premises. _______________________ The Superior Court of Spokane County has directed the undersigned Sheriff of Spokane County to sell the property described in the legal description below to satisfy a judgment in the above-entitled action. If de-veloped, the property address is: 1111 West 6th Avenue #103, Spokane, Washington 99204- 3135. Located in County of Spokane, State of Washington. Time:10:00 a.m. Date:July 28, 2017 Place:South entrance of Spokane County Courthouse 1116 W Broadway, Spokane, Washington The judgment debtor can avoid the sale by paying the total judgment amount of $198,689.66, together with interest, costs and fees before the sale date. For the exact amount, contact the Sheriff at the address stated below. Ozzie D. Knezovich, Sheriff Spokane County ByTeresa Keith Civil Division Public Safety Building Spokane, WA 99260-0300 (509) 477-6924 Legal Description: UNIT 103, OF MADISON TERRACE, A CONDOMINIUM, ACCORDING TO DECLARATION THEREOF RE-CORDED UNDER SPOKANE COUNTY RECORDING NO. 7907260217 AND ANY AMENDMENTS THERETO; SAID UNIT IS LOCATED ON SURVEY MAP AND PLANS FILED IN VOLUME 3 OF CONDOMINIUM PLATS, PAGE(S) 30-31, IN SPOKANE COUNTY, STATE OF WASHINGTON. Commonly known as: 1111 West 6th Avenue #103, Spokane, Washington 99204-3135 Assessors Property Tax Parcel Number: 35192.5603 SR32629

SUPERIOR COURT OF WASHINGTON I...

$
0
0
SUPERIOR COURT OF WASHINGTON IN AND FOR THE COUNTY OF SPOKANE No. 17-02-00705-1 SUMMONS BY PUBLICATION PNC BANK, NATIONAL ASSOCIATION, its successors in interest and/or assigns, Plaintiff, v. MARK R. MALONEY; THE UNKNOWN HEIRS AND DEVISEES OF LAURIE A. KENNEDY; SHAROL KENNEDY; STATE OF WASHINGTON; OCCUPANTS OF THE PREMISES, Defendants. TO THE DEFENDANTS The Unknown Heirs and Devisees of Laurie A. Kennedy, Sharol Kennedy, and Occupants of the Premises: You are hereby summoned to appear within sixty (60) days after the date of the first publication of this summons, to wit, within sixty (60) days after June 8, 2017, and defend the real property foreclosure action in Spokane County Superior Court, and answer the complaint of PNC Bank, National Association, ("Plaintiff"). You are asked to serve a copy of your answer or responsive pleading upon the undersigned attorneys for Plaintiff at its office stated below. In case of your failure to do so, judgment will be rendered against you according to the demand of the complaint, which has been filed with the Clerk of said Court. The purpose of this lawsuit is to obtain a judgment, and if not immediately paid, to be satisfied through the foreclosure of real property located in Spokane County, Washington, and legally described as follows: LOT 14, BLOCK 63, HILLYARD THIRD ADDITION, ACCORDING TO PLAT RECORDED IN VOLUME "E" OF PLATS, PAGE 59; SITUATE IN THE CITY OF SPOKANE, COUNTY OF SPOKANE, STATE OF WASHINGTON Commonly known as: 5724 North Lacey Street, Spokane, WA 99208 DATED this 1st day of June, 2017. RCO LEGAL, P.S. By /s/ Synova M. L. Edwards, WSBA #43063 Aaron Masser, WSBA #32692 Janaya L. Carter, WSBA #32715 Attorneys for Plaintiff 13555 SE 36th Street, Ste 300 Bellevue, WA 98006 SR32622

SUPERIOR COURT OF WASHINGTON, ...

$
0
0
Superior Court of Washington, County of Spokane No. 2016-03-01915-1 Summons Served by Publication (SMPB) In re: Petitioner/s Justin M. Anest and Respondent/s Angela D. Archuleta Summons Served by Publication To: Angela D. Archuleta - The other party has asked the court to end your marriage or domestic partnership, order the division of property, only debt by separation. Order payment of court costs, order payment of lawyer and other professional fees and costs. You must respond in writing if you want the court to consider your side. Deadline! Your Response must be file and served within 60 days of the date this summons is published. If you do not file and serve your Response or a Notice of Appearance by the deadline: •No one has to notify you about other hearings in this case, and •The court may approve the requests in the Petition without hearing your side (called a default judgment ). Follow these steps: 1.Read the Petition and any other documents that were filed at court with this Summons. Those documents explain what the other party is asking for. 2.Fill out a Response form. You can get the Response form and other forms you need at: •The Washington State Courts' website: www.courts.wa.gov/forms •The Administrative Office of the Courts - Call: (360) 705-5328 •Washington LawHelp: www.washingtonlawhelp.org, or •The Superior Court Clerk's office or county law library (for a fee). 3.Serve (give) a copy of your Response to the person who filed this Summons at the address below, and to any other parties. You may use certified mail with return receipt requested. For more information on how to serve, read Superior Court Civil Rule 5. 4.File your original Response with the court clerk at this address: Superior Court Clerk, Spokane County, 1116 W Broadway Ave, Spokane, WA 99260. 5.Lawyer not required: It is a good idea to talk to a lawyer, but you may file and serve your Response without one. /s/Gayle Robert Anest, POA Justin Anest, 6-1-17. I agree to accept legal papers for this case at 211 E. Glass, Spokane, WA 99202-1815. SR32581
Viewing all 11597 articles
Browse latest View live


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