Saturday, May 04, 2024
57.0°F

Legals for February, 6 2024

| February 6, 2024 12:00 AM

SUPERIOR COURT OF WASHINGTON COUNTY OF GRANT In the Matter of the Estate of: | No. 2 4 - 4 - 0 0 0 0 5 -1 3 | GENE ALVIN WALLACE, | PROBATE NOTICE TO CREDITORS | Deceased. | (RCW 11.40.030) | The Administrator named below has qualified and been appointed as Administrator of these estates. Any person having a claim against the one or both of the decedents must, before the time the claim would be barred by any otherwise applicable statute of limitations, present the claim in the manner as provided in RCW 11.40.070 by serving on or mailing to the Administrator or the Administrator’s attorney at the address stated below a copy of the claim and filing the original claim with the court. The claim must be presented within the later of: (1) Thirty days after the Administrator served or mailed the notice to the creditor as provided under RCW 11.40.020(1 )(c); or (2) four months after the date of first publication of the notice. If the claim is not presented within this time frame, the claim is forever barred, except as otherwise provided in RCW 11.40.051 and 11.40.060. This bar is effective as to claims against both the decedents’ probate and non-probate assets. Date of first publication: January 23, 2024. Dated this 8th day of January, 2024.   /s/Brandon K. Wallace Brandon K. Wallace, Administrator WYMAN LAW By:/s/Michael M. Wyman Michael M. Wyman, WSBA #26335 Attorney for the Administrator Address for Mailing or Service: WYMAN LAW 2219 W. Broadway Ave., Suite A Moses Lake, WA 98837 Court of probate proceedings and cause number: Superior Court of Washington for Grant County, Cause No. #02007/18777 Pub: January 23, 30, 2024 & February 6, 2024

SUPERIOR COURT OF WASHING-TON FOR GRANT COUNTY JUVE-NILE DIVISION. IN THE WEL-FARE OF COBRALYNN BIRD, NO. 23-7-00311-13 (DOB: 09/11/2020) MI-NOR CHILD NOTICE OF SUM-MONS BY PUBLICATION (GUARD-IANSHIP) TO: Sonya L. Espino and anyone claiming a Parental interest. A Title 13 Guardianship Petition was filed on 12/19/2023. A hearing will be held 03/05/2024 at 9:00 a.m. at Grant County Superior Court, Juvenile Division, 303 Abel Road, Ephrata, WA, 98823. YOU SHOULD BE PRESENT AT THIS HEARING. THE PURPOSE OF THE HEARING IS TO HEAR AND CON-SIDER EVIDENCE RELATED TO THE PETITION. IF YOU DO NOT APPEAR AT THE HEARING THE COURT MAY ENTER AN ORDER IN YOUR AB-SENCE ESTABLISHING A TITLE 13 RCW GUARDIANSHIP AND AP-POINT A GUARDIAN. IF GRANTED, COULD RESULT IN SUBSTANTIAL RESTRICTIONS TO THE RIGHTS OF THE PARENT(S) GUARDIAN(S) OR LEGAL CUSTODIAN (S). To request a copy of the Notice, Summons, and Guard-ian Petition, call DSHS at 509-764-5757. To view information about your rights in this proceeding go to www.atg.wa.gov/DPY.aspx Dated this 24th day of January, 2024. /s Deputy Clerk   #02012/18975 Pub: January 30, 2024 & February 6, 13, 2024

NOTICE: ANNOUNCEMENT OF AVAILABILITY OF APPLICATION PERMIT NO.: ST0501350 APPLICANT: Group 14 Technologies, Inc. FACILITY: Battery Active Materials Factory #2 13431 Wheeler Road, NE Moses Lake, Washington 98837 Group 14 Technologies has applied for a State Waste Discharge Permit (SWDP) in accordance with the provisions of Chapter 90.48 Revised Code of Washington (RCW), Chapter 173-216 Washington Administrative Code (WAC). Ecology accepted the application as complete on December 11, 2023. Group 14 Technologies owns and operates a commercial facility in Moses Lake, Washington that manufactures lithium ion battery materials and discharges process wastewater to the City of Moses Lake Dunes Wastewater Treatment Plant. Approximately 100,000 gallons per day is the expected maximum daily wastewater discharge flow to the wastewater treatment plant. The wastewater, following treatment, must meet the requirements of the Washington State Water Pollution Control Act and applicable regulations for a permit to be issued. The Department of Ecology is proposing to issue the permit and is hereby issuing public notice of its intent. Interested persons can submit their name, address, and comments regarding this permit to: Send written comments to: Pat Hallinan Water Quality Program Department of Ecology Eastern Regional Office 4601 N. Monroe Street Spokane, Washington 99205-1265 Send email comments to: Patrick.Hallinan@ecy.wa.gov URL for event listing: https://ecykenpub/events/wq/waste-discharge- permits/Group-14-Technologies-Public-Notice All respondents to this notice will receive a copy of the draft permit and fact sheet before the final permit is issued. Ecology is an equal opportunity agency. If you need this publication in an alternate format, please contact us at (509) 329-3400 or TTY (for the speech and hearing impaired) at 711 or 1-800-833-6388. #02020/19162 Pub: February 6 & 13, 2024

NOTICE INVITING BIDS OWNER: Port of Ephrata 1990 Division Ave NE Ephrata, Washington 98823 Separate Sealed BIDS for the: Ephrata Municipal Airport – Ephrata, Washington Construct T-Hangar  FAA/BIL 3-53-0027-026-2024 will be received by the Owner at the Office of the Port Manager at 1990 Division Ave NE, Ephrata, Washington 98823 until 2:00 p.m., Tuesday, February 27th, 2024, and then at said location and time, publicly opened and read aloud. Bids submitted by mail should be sent to: Port of Ephrata, P.O. Box 1089, Ephrata, Washington 98823. 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 construction Pre-Engineered Metal Building (PEMP) consisting of a nine (9) unit aircraft storage T-hangar. All questions should be directed to the Project Manager Trey Dail by email at adail@ardurra.com by 5:00 pm on February 21, 2024. Digital bidding documents are available at Ardurra - Projects (questcdn.com), Quest Number 8948847. 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 plan holders 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 on February 14, 2024, at 9:00 am at the Airport Office. The office address is 1990 Division Ave Ne, Ephrata, Washington 98823. A site visit will be conducted directly after the Conference.  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 Port of Ephrata, 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 Owner’s award of this contract is conditioned upon Bidder or Offeror satisfying the good faith effort requirements of 49 CFR §26.53. The requirements of 49 CFR part 26 apply to this contract. It is the policy of the Port of Ephrata 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 of 2.9%. 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. 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. 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, Grant County, the Port of Ephrata, and the City of Ephrata. 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 Port of Ephrata Published Online at: Ardurra - Projects (questcdn.com) Published Dates: February 6th & 13th #02024/19190 Pub: February 6 & 13, 2024