News, views and advertising of the Grand Coulee Dam Area

Legals

NOTICE INVITING BIDS

OWNER: Grant County Port District #7

P.O. Box 616, Grand Coulee, WA 99133

Separate Sealed BIDS for the:

Grand Coulee Dam Airport – Electric City, Washington

Install AVGAS Fuel Tank

FAA AIP 3-53-0025-019-2025

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 3:00 p.m., Tuesday, April 1st, 2025, 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 installing a 12,000-gallon above ground, self-serve, Aviation Gasoline (AVGAS) fueling system, demolition of a portion of the existing asphalt apron, installation of a new concrete fueling apron, and other site improvements.

All questions should be directed to the Engineer, Matt McDonald at (509)-508-0023 or mattmcdonald@ardurra.com.

Digital bidding documents will be available by March 11, 2025, at Ardurra - Projects (questcdn.com), reference Quest Number 9567565. Interested parties may view the bidding documents at no cost. Bidders must register with QuestCDN.com at a non-refundable cost of $22.00 to download the bidding documents and be placed on the planholders list. Contact QuestCDN Client Success at 952-233-1632 or Success@QuestCDN.com for assistance in membership registration and downloading digital bidding documents.

A Prebid Conference will be held at 1:00 p.m., Thursday, March 20th, 2025. This pre-bid meeting will be held online only. Attendance is highly recommended, not mandatory. Call-in information and link to presentation are provided below.

Join on your computer or mobile app

Join the meeting now

Meeting ID: 219 283 892 242

Passcode: GU3cK2tt

Dial in by phone

+1 813-694-2095,,840491740# United States, Tampa

(833) 566-1407,,840491740# United States (Toll-free)

Phone conference ID: 840 491 740#

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.

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, national origin (including limited English proficiency), creed, sex (including sexual orientation or gender identity), age, or disability in consideration for an award.

Prospective Contractors are notified that the work under this Contract is funded in part by a grant(s) from the Federal Aviation Administration (FAA), 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 requirements of 49 CFR part 26 apply to this contract. It is the policy of the Grant County Port District #7 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. This project is subject to a race-conscious Disadvantaged Business Enterprise (DBE) contract goal. If Bidder or Offeror cannot meet the race-conscious DBE goal, evidence of good faith efforts undertaken by the Bidder or Offeror must be provided as described in Appendix A to 49 CFR Part 26. DBE participation shall be calculated before sales tax.

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

DBE: 2.8%

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 and NAICS code 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 7.2%

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, Pend Oreille County, and the Town of Ione.

All contracts and subcontracts that result from this solicitation incorporate, by reference, the provisions of 29 CFR part 201, et seq, the Federal Fair Labor Standards Act (FLSA), with the same force and effect as if given in full text. The FLSA sets minimum wage, overtime pay, recordkeeping, and child labor standards for full and part-time workers.

The Contractor has full responsibility to monitor compliance to the referenced statute or regulation. The Contractor must address any claims or disputes that arise from this requirement directly with the U.S. Department of Labor – Wage and Hour Division.

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: Grant County Port District #7

PUBLICATION DATES:

March 5 & 12, 2025

GCD School District

CALL FOR BIDS

The Grand Coulee Dam School District hereby calls for bids for the following surplus items:

Bus Number: 121

Year: 2013

Make: International

Mileage: 92,042

Co9ndition: Good/Ok Condition, Runs

Bids can be sent to: Grand Coulee Dam School District, 110 Stevens Ave. Coulee Dam, WA 99116.

-Please state “bids” on the envelope.

-Bids will close on Wednesday March 26th @ 4:00 p.m.

-Any questions contact Wade Magers, Transportation Supervisor at wmagers@gcdsd.org

(Publish March 12 and 19, 2025)

Okanogan County

Mandatory Audits

Two audits are required by law.

Duplicated ballots – to be completed before certification

Random – hand count of 3 precincts, one office/race no later than 48 hours after Election Day.

The audit schedule is as follows. Audits will take place in the Okanogan County Auditor’s office. Party observers are welcome.

Random Thurs., April 24, 2025 at 2:00 PM

Duplicated ballots Wed., April 30, 2025 at 2:00 PM

You can submit the precincts and office/race that you would like to see audited by 10:00 AM the day of the Audit. Both parties must agree on the precincts and office/race or the Auditor’s office will make the final determination. The office/race selected must appear in all three precincts. Precincts selected must have enough ballots to preserve voter secrecy.

If you have any questions, please feel free to contact the Auditor’s Office - (509) 422-7240.

(Publish March 12, 2025)

Grant County Noxious Weed Control Board

PUBLIC NOTICE

Noxious weed consultants of the Noxious Weed Control Board of Grant County will begin inspecting properties on April 1, 2025, 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 April 1, 2025.

Signed: Ron Tebow, Chairman; Wes Sieg, Vice-Chairman; Alexya Connors, Director; Summer Sahli, Director

(Publish March 12, 2025

Okanogan County

LOGIC AND ACCURACY TEST

In accordance with RCW 29A.12.130 and WAC 434-335, a Logic and Accuracy test will be conducted on the Okanogan County vote counting equipment. The test will be held in the Okanogan County Auditors Office at 11:00 AM, Tuesday, March 18, 2025.

At that time a “test deck” of ballots will be run through the vote tabulating equipment. The test is designed to check the ballot tabulating and precinct programming.

A test deck will be scanned and resolved at the time of the Logic and Accuracy Test.

The test is open to the public.

(Publish March 12, 2025)

City of Grand Coulee

Notice of

Public Hearing

Development

Application

K & E Short Plat

NOTICE IS HEREBY GIVEN that; Keith and Elizabeth Albrecht have applied for a two-lot Short Plat Subdivision. The proposal will replat Lots 18, 19, 20, 21, 22, and 23 of Block 10A Grand Coulee Heights, better known as 509 Cooper Square, in the City of Grand Coulee, Grant County, Washington.

The Grand Coulee City Council will hear the proposal on March 18, 2025, at 6:00pm. in the City Council Chambers, 306 Midway Avenue. During the hearing all oral or written comments concerning the project will be heard.

Any person/organization desiring to express his/her views or to be notified of the action taken on this application should notify the City of Grand Coulee, PO Box 180, Grand Coulee, WA 99133, in writing.

Lorna Peace, Clerk Treasurer

(Publish March 12, 2025)

You might be interested in:

 
 

Reader Comments(0)