Friday, May 03, 2024
67.0°F

Legals April 30, 2019

| April 30, 2019 1:30 AM

CALL FOR BIDS CITY OF WARDEN WEIR WAY & 8TH STREET PROJECT Sealed Proposals will be received by the undersigned at the Sealed Proposals will be received by the undersigned at the City of Warden, 121 South Main Street, Warden, Washington 98857 up to 2:00 PM; local time on Tuesday, May 7, 2019, for furnishing the necessary labor, materials, equipment, tools, and guarantees thereof to construct Weir Way & 8th Street Project. This Contract provides for three (3) schedules of work, all in accordance with the attached Contract Plans, these Special Provisions, and the Standard Specifications: Schedule A: Weir Way Reconstruction: The construction of the overlay of approximately 1,610 lineal feet of Weir Way, including but not limited to pulverizing the existing pavement, excavation, grading, subgrade preparation, driveway entrances, cement treated base, hot mix asphalt pavement, pavement marking, miscellaneous surface restoration, traffic control and all other appurtenances required to complete the work. Schedule B: 8th Street Reconstruction: The construction of the overlay of approximately 600 lineal feet of 8th Street, including but not limited to pulverizing the existing pavement, excavation, grading, subgrade preparation, storm drainage improvements, cement concrete curb, gutters, curb ramps, sidewalks, driveway entrances, cement treated base, hot mix asphalt pavement, pavement marking, miscellaneous surface restoration, traffic control and all other appurtenances required to complete the work. Additive Item No. 1: Schedule C: 8th Street Water Main Crossing: The construction of approximately 80 LF of 8-inch PVC C900 water main at the intersection of 8th Street and Weaver Road. The basis of award shall be the lowest, responsive, responsible bidder for Schedule A and Schedule B, or Schedule A, Schedule B, and Additive Item No. 1: Schedule C as available funding allows and as it best serves the interests of the Contracting Agency. The Work shall be substantially complete within 40 working days after the commencement date stated in the Notice to Proceed. All bidding and construction is to be performed in compliance with the Contract Provisions and Contract Plans for this project and any addenda issued thereto that are on file at the office of the City Clerk, City Hall, Warden, Washington. The Proposals will be publicly opened and read aloud shortly after the time and date stated above. Proposals are to be submitted only on the form provided with the Bid Documents. All Proposals must be accompanied by a certified check, postal money order, cashiers check, or Proposal bond payable to the "City of Warden" and in an amount of not less than five percent (5%) of the total Proposal amount. Bid Documents for this project are available free-of-charge at the following website: "http://gobids.grayandosborne.com". Bidders are encouraged to "Register" as a planholder in order to receive automatic email notification of applicable addenda and to be placed on the "Planholder List". For assistance, please call (509) 453 4833. Contract questions shall be directed only to the office of the Project Engineer. Financing of the Project has been provided by the City, Washington and the Washington State Transportation Improvement Board. The City expressly reserves the right to reject any or all Proposals and to waive minor irregularities or informalities and to Award the Project to the lowest responsive, responsible bidder as it best serves the interests of the City. (Signed) KRISTINE SHULER CITY CLERK/ADMINISTRATOR #04028/285772 Pub: April 19, 30, 2019

INVITATION TO BID RUSSELL D. SMITH POWER PLANT GOVERNOR/HYDRAULIC SYSTEM UPGRADE COLUMBIA BASIN HYDROPOWER Bidders are invited to submit sealed bids for the design and delivery of a digital governor and associated hydraulic system at the Russell D. Smith Power Plant in Othello, Washington, in accordance with applicable industry standards, regulatory requirements, and supplied specifications. Bids shall be on a lump sum basis in U.S. dollars. A site visit will begin at the Russell D. Smith Power Plant, at 1130 State Highway 17, Othello, Washington on April 24, 2019 at 1:00PM. Columbia Basin Hydropower (hereinafter referred to as CBHP), will receive sealed bids until 10:00 AM local time on May 20, 2019 at CBHP office, 457 1st Avenue NW, Ephrata, Washington 98823. Bids will then and there be publicly opened and read aloud. Bids received after the time of announced opening will not be accepted and will be returned unopened. A Notice of Award will be issued on or about May 28, 2019. Design and delivery of equipment is to be completed by November 25, 2019. Contact CBHP office (509-754-2227) for an electronic copy of the detailed bid package. CBHP reserves the right to waive any irregularities as informalities and to reject any and all bids. #04023/283920 Pub: April 16, 23, 30, 2019

STATE OF WASHINGTON Irrigated Agriculture Lease No. 12-097794 Ten-Year Lease Term Department of Natural Resources (DNR) offers for lease at Sealed Bid Public Auction a tract of land containing approximately 411.2 acres, in portions of Sections 16 and 9 lying south of Highway 26, and north of Red Rock Lake in Township 16 North, Range 26 East, W.M., Grant County. Bidders may proposed to develop from 200 to 233.7 acres to irrigated agriculture, with undeveloped acreage in wildlife habitat. Lease covenants may be examined at the Grant County Courthouse in Ephrata, DNR 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 on May 30, 2019, at 3:00 p.m. For a bidder's qualification packet call (509) 925-0912. HILARY S. FRANZ, Commissioner of Public Lands #04036/288922 Pub: April 30, 2019

REQUEST FOR BIDS The Housing Authority of Grant County is requesting Bids for Concrete sidewalk replacement at: Beverly Lane Apartments 301 3rd Ave. S. W., Quincy, WA 98848 Pre-bid walk through Tuesday, May 14th at 9:00 AM at above address Bid documents must be received at Housing Authority office no later than 2:00 PM Thursday May 23rd, 2019 Time for completion is thirty calendar days after Notice to Proceed is executed The Housing Authority of Grant County is requesting bid (quotes) for Concrete work, according to specifications, general conditions, and performance standards, and subject to Davis Bacon wage rates as stated in the Housing Authority's general conditions and is included in the complete bid package (available upon request). Contact: Doug Larsen, Maintenance Manager Phone: 509.762.5541 ext. 127 Cell: 509.750.1132 Email: dlarsen@hagc.net Equal Opportunity Employer Logo #05012/287714 Pub: April 26, 29, 30, 2019 & May 1, 2, 3, 6, 7, 8, 9, 10, 2019

PORT OF MOSES LAKE NOTICE OF BID Unit Price Well Drilling and Construction Work Port of Moses Lake, WA Notice is hereby given that sealed bids for Unit Price Well Drilling and Construction Work for the Port of Moses Lake will be received at the 7810 Andrews St. NE, suite 200, Moses Lake, WA 98337 until 2 p.m., May 17, 2019. The official time shall be taken from the designated clock at the Port of Moses Lake. Any bids received after the specified time and date will not be considered. Bids will then and there be publicly opened and read aloud. The scope of work generally consists of furnishing all labor, materials, and equipment necessary for performing the following types of work on an hourly or unit price basis, without any guarantee as to volume of such work. Specifications, including Contract Documents, are available at the Port of Moses Lake's office, 7810 Andrews St. NE, suite 200, Moses Lake, WA 98337 for public inspection, and may be obtained for a non-refundable fee of $0.15 per page; no cost if provided electronically. For technical specification questions, please contact Kevin Boggs at (208) 340-1753. For all other information needs and questions, please contact Milt Miller at (509) 762-5363. Each bid must be accompanied by a cashier's check, money order, or a surety bid bond in an amount not less than five percent (5%) of the total bid based on the estimated quantities included within the Contract Documents, made payable to the Port of Moses Lake. The Port of Moses Lake reserves the right to reject any or all bids and to waive any irregularities or informalities. All bids submitted shall be considered as valid offers for a period of thirty (30) days from the date of the bid opening during which time the Port of Moses Lake will make the award or return all bids #04032/286662 Pub: April 23, 30, 2019