Legals for March 2, 2022

 

Last updated 3/2/2022 at 8:08am



NOTICE INVITING BIDS

Grand Coulee Dam Airport – Electric City, Washington

Airfield Pavement Maintenance Project

FAA/AIP 3-53-0025-014-2022

OWNER:

Grant County Port District #7

P.O. Box 616

Grand Coulee, Washington 99133

Separate Sealed BIDS for the: Grand Coulee Dam Airport, Electric City, Washington, Airfield Pavement Maintenance Project, FAA/AIP 3-53-0025-014-2022 will be received by the Owner at the Office of the Airport Manager at the Grand Coulee Dam Airport, Ludolph Road, Electric City, Washington 99123 until 2:00 p.m., Thursday March 24, 2022 and then at said location and time, publicly opened and read aloud.

Bids submitted by mail should be sent to: Grant County Port District #7, P.O. Box 616, Grand Coulee, Washington 99133. It shall be the duty of each Bidder to submit his/her bid on or before the hour and date specified. Any bids received after the time for opening will not be considered.

Work generally consists of marking removal, crack sealing, seal coat application, and applying pavement markings on the airfield.

All questions should be directed to the Engineer Trey Dail (208) 659-0187 or adail@to-engineers.com.

Interested bidders may obtain bid documents at http://www.to-engineersplanroom.com. Electronic documents in PDF format may be downloaded at no cost. Bid documents may be ordered in hard copy format for purchase at cost (nonrefundable). Bidders must register at http://www.to-engineersplanroom.com to be placed on the planholders list.

A Prebid Conference will be held at 9:00 a.m., Wednesday, March 9, 2022, at the Airport Manager’s Office, Ludolph Road, Electric City, Washington 99123. Attendance is highly recommended, not mandatory. Call in information and link to presentation are provided below for bidders wishing to attend virtually.

Join on your computer or mobile app

Pre-Bid Conference Link - Online Teams Video

Or Join by Phone (audio only)

(833) 721-1215 United States (Toll-free)

Phone Conference ID: 431 865 776 #

Note: The video link will not work until the meeting Starts.

A Bid Guaranty, payable in cash, by cashier’s check, certified check or bid bond, of 5 percent of the BID AMOUNT is required. Separate Performance and Payment Bonds 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.

The Grant County Port District #7, 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.

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 this solicitation and any resulting contract are subject to the requirements of the Buy America Preference; Civil Rights – Title VI Assurance; Davis Bacon; Debarment and Suspension; Disadvantage Business Enterprise; Foreign Trade Restriction; Lobby Federal Employee; and Recovered Materials contract provisions.

The following Disadvantaged Business Enterprise (DBE) goal is established for this contract:

DBE: 0.4%

The Owner’s award of this contract is conditioned upon Bidder or Offeror satisfying the good faith effort requirements of 49 CFR §26.53.

As a condition of bid responsiveness, the Bidder or Offeror must submit the following information with its proposal on the forms provided herein:

1) The names and addresses of Disadvantaged Business Enterprise (DBE) firms that will participate in the contract;

2) A description of the work that each DBE firm will perform;

3) The dollar amount of the participation of each DBE firm listed under (1)

4) Written statement from Bidder or Offeror that attests their commitment to use the DBE firm(s) listed under (1) to meet the Owner’s project goal; and

5) If Bidder or Offeror cannot meet the advertised project DBE goal, evidence of good faith efforts undertaken by the Bidder or Offeror as described in appendix A to 49 CFR part 26.

By submitting a bid/proposal under this solicitation, the bidder or offeror certifies that neither it nor its principals are presently debarred or suspended by any Federal department or agency from participation in this transaction.

This project is a public improvement subject to the prevailing wage requirements of the State of Washington Prevailing Wages, affidavit of wages paid, and retainage requirements.

Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity:

1. The Offeror’s or Bidder’s attention is called to the “Equal Opportunity Clause” and the “Standard Federal Equal Employment Opportunity Construction Contract Specifications” set forth herein.

2. The goals and timetables for minority and female participation, expressed in percentage terms for the Contractor’s aggregate workforce in each trade on all construction work in the covered area, are as follows:

Goals for minority participation for each trade 2.8%

Goals for female participation in each trade 6.9%

These goals are applicable to all of the Contractor’s construction work (whether or not it is Federal or federally assisted) performed in the covered area. If the Contractor performs construction work in a geographical area located outside of the covered area, it shall apply the goals established for such geographical area where the work is actually performed. With regard to this second area, the Contractor also is subject to the goals for both its federally involved and non-federally involved construction.

The Contractor’s compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3(a) and its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, and in each trade, and the Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor’s goals shall be a violation of the contract, the Executive Order and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed.

3. The Contractor shall provide written notification to the Director of the Office of Federal Contract Compliance Programs (OFCCP) within 10 working days of award of any construction subcontract in excess of $10,000 at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address, and telephone number of the subContractor; employer identification number of the subContractor; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the subcontract is to be performed.

4. As used in this notice and in the contract resulting from this solicitation, the “covered area” is the State of Washington, Grant County, Grant County Port District #7, City of Grand Coulee, and Electric City.

All prospective bidders are directed to the Instructions for Bidders for discussion of Bid policies, procedures, and requirements. 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.

By: The Grant County Port District #7

PUBLICATION DATES:

February 23, 2022

March 2, 2022

Published Online at:

https://www.to-engineersplanroom.com/

(Publish February 23 and March 2, 2022)

Town of

Nespelem

NOTICE OF

PUBLIC HEARING

NOTICE IS HEREBY GIVEN that a Public Hearing will be held by the Town of Nespelem in Town Hall, 330 9th St, Nespelem, WA 99155, March 16, 2022, at 5:45 pm.

The Town of Nespelem intends to adopt the Town of Nespelem Nuisance Ordinance 2022-01. Copies of the Nuisance Ordinance are available at Town Hall during business hours. All interested person will be given the opportunity to provide written or oral comments.

Town Hall is handicap accessible. Arrangements to reasonably accommodate special needs, including handicap accessibility or interpreter, will be made upon receiving 24-hour advance notice. Contact Kelly Ross at 509-634-4691 or email clerk@townofnespelem.com.

Publish March 2 & 9, 2022

Town of Nespelem

NOTICE OF PUBLIC HEARING

NOTICE IS HEREBY GIVEN that a Public Hearing will be held by the Town of Nespelem in Town Hall, 330 9th St, Nespelem, WA 99155, March 16, 2022, at 5:30 pm.

The Town of Nespelem intends to surplus Two Chlorinating Injector systems, to the highest SEALED bid.

**Snyder Industries, 55-gallon Chlorinator vats and Pulsation electronic metering pumps, max pressure 150 psi, pump flow rate 22 gpd. Tubing is included.**

Minimum bit is $1000 for one system, which includes one vat with injector pump and tubing. Sealed bids will be accepted until 5 p.m. on Friday, the 8th of April 2022. Bid will be awarded on April 13, 2022 during the regular council meeting.

To view Chlorinating Injector systems go to http://www.townofnespelem.com or to schedule a time call Flint at 509-634-0398 or email water@townofnespelem.com.

Town Hall is handicap accessible. Arrangements to reasonably accommodate special needs, including handicap accessibility or interpreter, will be made upon receiving 24-hour advance notice. Contact Kelly Ross at 509-634-4691 or email clerk@townofnespelem.com.

Publish March 2 & 9, 2022

Noxious Weed Control Board of Grant County

PUBLIC NOTICE

Noxious weed consultants of the Noxious Weed Control Board of Grant County will begin inspecting properties on March 28, 2022, in accordance with RCW 17.10.160, for the purposes of general inspection, the taking of specimens of weeds, and the performance of eradication or control work. If there is any landowner who objects to these inspections, please notify the Noxious Weed Control Board of Grant County at (509) 754-2011, Ext. 4710, by March 28, 2022. Signed: Ron Tebow, Chairman; Wes Sieg, Vice-Chairman; Summer Sahli, Director; Chuck Sandmann, Director

(Publish March 2 2022)

You might be interested in:
 

Reader Comments(0)

 
 

Powered by ROAR Online Publication Software from Lions Light Corporation
© Copyright 2024

Rendered 04/20/2024 21:13