Monday, April 27, 2026
60.0°F

Legals for April, 24 2026

| April 24, 2026 12:00 AM

NOTICE TO CREDITORS IN THE SUPERIOR COURT OF THE STATE OF WASHINGTON IN AND FOR GRANT COUNTY In the Matter of the Combined Estates of: Robert V. Richardson and Kathleen A. Peterson f/k/a Kathleen A. Richardson and Kathleen A. McCance, Deceased. No. 26-4-00041-13 The Personal Representative named below has been appointed and has qualified as Personal Representative of this estate. Persons having claims against the deceased must, before the time such claims 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 Personal Representative or the Personal Representative’s attorney at the address stated below a copy of the claim and filing the original of the claim with the court. The claim must be presented within the later of: (1) thirty (30) days after the Personal Representative served or mailed the notice to the creditor, or (2) four (4) months after the date of first publication of this notice. If the claim is not presented within this time frame, the claim is forever barred. Date of First Publication: April 10, 2026 Jacob T. Richardson Personal Representative 755 S Ridgeview LP Othello, WA 99344 [email protected] #04040/48148 Pub: April 10, 17 & 24, 2026

REQUEST FOR STATEMENT OF QUALIFICATIONS (SOQ) & INTERVIEW Drinking Water Reservoir Design CITY OF QUINCY, WASHINGTON The City of Quincy is requesting Statements of Qualifications (SOQs) from engineering firms experienced in the design of drinking water reservoir systems. The design will include all engineering disciplines, including but not limited to civil, geotechnical, structural, hydraulic, pump station, electrical, and instrumentation design. SOQs should include relevant project experience, key personnel qualifications, certifications or licenses, and any other information demonstrating the firm’s capability to perform this type of work for municipalities and industry. A SOQ Request Packet, providing detailed requirements for the SOQ and potential follow-up interviews, will be provided to engineering firms upon request to the City. Registration / Notice of Intent to submit an SOQ must be sent by email to Esther Ulyanchuk, Q1W Project Engineer, by April 29, 2026. Include the firm name, primary contact, physical address, phone number, and email address. Questions about the SOQ or SOQ Request Packet must be submitted by email to the Q1W Project Engineer no later than May 6, 2026, at 2:00 p.m. PDT. Responses will be sent to all registered firms by about May 8, 2026. SOQs must be submitted by email to the Q1W Project Engineer no later than May 15, 2026, at 2:00 p.m. PDT. The City reserves the right to reject any or all SOQs, waive irregularities in the SOQ process, and determine which engineering firm(s), in the City’s judgment, provides a complete, responsible, responsive SOQ. Firms shall agree and understand that any documents submitted to the City of Quincy are subject to public disclosure in accordance with the Washington State Public Records Act (RCW 42.56). MBE/WBE/DBE firms are encouraged to submit SOQs. The City of Quincy is an Equal Opportunity and Affirmative Action Employer. Esther Ulyanchuk, Q1W Project Engineer City of Quincy 115 1st Avenue SW – P.O. Box 338 Quincy, WA 98848 1-509-797-4597 [email protected] #04057/48543 Pub: April 17 & 24, 2026

GRANT COUNTY PORT DISTRICT NO.9 NOTICE TO CONSULTANTS ECONOMIC DEVELOPMENT STUDY The Grant County Port District No. 9 (“The Port”) hereby solicits Statements of Qualifications from qualified consulting firms to provide economic planning services culminating with the preparation of an Ephrata Industrial Revitalization Economic Plan. Consultant selection will be based on qualifications only. Cost information will not be requested or considered as part of this solicitation. The Port solicits interest from consulting firms with expertise in economic planning for airport, light industrial and heavy industrial zoned areas in and around port districts. The consultant agreement is anticipated to be 12-months in duration, with the option for the Port to extend the agreement for additional time and compensation if necessary. The Industrial Revitalization Economic Planning work is anticipated to begin in June 2026, and a final report to be presented jointly to the Port District and City of Ephrata legislative bodies on or before June 31st 2027. The Port reserves the right to amend terms of this “Request for Qualifications” (RFQ), to circulate various addenda, or to withdraw the RFQ at any time, regardless of how much time and effort consultants have spent on their responses. PROJECT DESCRIPTION The work to be performed by the Consultant consists of economic planning elements including: buildable land study, economic uses study, infrastructure inventory, compile potential projects, rank potential projects, infrastructure projects schedule, potential finding sources, draft economic plan, presentation revisions process, and final deliverable of an Ephrata Industrial Revitalization Economic Plan document. QUALIFICATIONS Please submit three (3) printed copies of qualifications no later than May 22, 2026. Late submissions will not be accepted, and it is the responsibility of the sender to confirm delivery. The Port strongly encourages that proposals be either hand delivered or overnighted via FedEx or UPS. If overnighted, the physical address is to be used. If mailed; the P.O. Box is to be used. Submittals should be clearly marked “On-Call Services” and be addressed to: Grant County Port District No. 9 David Lanman, Executive Director 1990 Division Avenue E - Physical Address P.O. Box 1089 - Mailing Address Ephrata, WA 98823 Submittals will be evaluated by the below-listed criteria. Responses should be organized and identified in the same order, in 8-1/2” x 11” paper, limited to 20 age, single-sided maximum, including cover page 1. Company’s history, capability, and past performance with economic planning. 2. Demonstrated understanding and familiarity with Port related economic planning 3. Key personnel’s professional background and qualifications including the project team for stated projects. Include only those people which will be assigned to the projects at the Port. SELECTION A scoring committee compromised of Port District and City of Ephrata staff will review the submitted qualifications, score them, rank them, and make a formal recommendation to the Port Commissioners. The final selection of the consulting firm will be makde by the Commissioners. The contract negotiations will be conducted after the Commissioners have made the final selection. ADDITIONAL INFORMATION No cost or fee schedules shall be submitted with the RFQ. Fees for services will be presented during negotiations after the selection of the most qualified consultant. In the event that a contract cannot be awarded to the most qualified consultant, the Port Commission reserves the sole right to terminate this process, to not award a contract, and to cancel or modify this solicitation process at any time. In no event, will the Port or any of its respective agents or employees be liable for or otherwise obligated to reimburse the costs incurred in preparation of the RFQ, or any related costs. QUESTIONS REGARDING THIS RFQ All questions must be provided no later than May 22, 2026. Please direct all inquires regarding the Request for Qualifications only to: David Lanman, Executive Director Grant County Port District No. 9 (509) 750-8623 [email protected] #04058/48544 Pub: April 20, 21, 22, 27, 28, 29, 2026 & May 4, 5, 6, 2026

PORT OF MOSES LAKE, WA GRANT COUNTY INTERNATIONAL AIRPORT TAXIWAY G RECONSTRUCTION PROJECT AIP PROJECT #3-53-0039-050-2025 INVITATION TO BID Sealed bids for the Grant County International Airport – Taxiway G Reconstruction Project, A.I.P. Project No. 3-53-0039-050-2025 will be received by in-person delivery or by courier at the Port of Moses Lake, at 7810 Andrews NE, Suite 200, Moses Lake, WA 98837, until the bid opening time of 2:00PM, on the 15th day of May 2026, at which time the bids will be publicly opened and read. Any bids received after the time for opening cannot and will not be considered. The scope of work includes: 1. Reconstruction of up to 2,400 feet of taxiway, including removal of existing asphalt and concrete pavements, excavation, grading, subgrade preparation, placing base material, asphalt paving, and pavement markings 2. Add taxiway lighting infrastructure and signs 3. Seeding The Contract Documents for the above project may be examined between the hours of 8:00 a.m. and 4:30 p.m. Monday through Friday at the Port Offices, Grant County International Airport, 7810 Andrews NE, Suite 200, Moses Lake, WA 98837. Bidding documents can be downloaded at www.questcdn.com under Login using QuestCDN #10104539 for a non-refundable charge of $22.00. Technical questions shall be directed to Don Barclay, Century West Engineering Corporation, (425) 286-6602. An optional pre-bid conference will be held at the Grant County International Airport, 7810 Andrews NE, Suite 200, Moses Lake, WA 98837, on May 5, 2026 at 1:30 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. 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. 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) Government wide Debarment and Suspension 5) Government wide Requirements for Drug-free Workplace 6) Federal Fair Labor Standards Act 7) Foreign Trade Restriction Certification All Federal provisions are given in the specifications under FAA Required Provisions. As a condition of a grant award, the Sponsor shall demonstrate that it complies with the provisions of Title VI of the Civil Rights Act of 1964 (42 U.S.C. §§ 2000d et seq) and implementing regulations (49 CFR part 21) including amendments thereto, the Airport and Airway Improvement Act of 1982 (49 U.S.C. § 47123), the Age Discrimination Act of 1975 (42 U.S.C. 6101 et seq.), Section 504 of the Rehabilitation Act of 1973 (29 U.S.C. § 794 et seq.), the Americans with Disabilities Act of 1990 (42 U.S.C. § 12101, et seq.), U.S. Department of Transportation and Federal Aviation Administration (FAA) Assurances, and other relevant civil rights statutes, regulations, or authorities, including any amendments or updates thereto. This may include, as applicable, providing a current Title VI Program Plan to the FAA for approval, in the format and according to the timeline required by the FAA, and other information about the communities that will be benefited and impacted by the project. A completed FAA Title VI Pre-Grant Award Checklist is required for every grant application, unless excused by the FAA. The Sponsor shall affirmatively ensure that when carrying out any project supported by this grant that it complies with all federal nondiscrimination and civil rights laws based on race, color, national origin, sex, creed, age, disability, genetic information, in consideration for federal financial assistance. The Department’s and FAA’s Office of Civil Rights may provide resources and technical assistance to recipients to ensure full and sustainable compliance with Federal civil rights requirements. Failure to comply with civil rights requirements will be considered a violation of the agreement or contract and be subject to any enforcement action as authorized by law. The requirements of 49 CFR Part 26, including any amendments thereto, apply to this contract. It is the policy of the Port of Moses Lake 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. 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. The Port of Moses Lake 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 Port 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: PORT OF MOSES LAKE GRANT COUNTY INTERNATIONAL AIRPORT TAXIWAY G RECONSTRUCTION PROJECT AIP PROJECT #3-53-0039-050-2025” Bids shall be marked with the Contractor’s current License Number and Class and be addressed to the undersigned. Rich Mueller, Airport Director Port of Moses Lake #04067/48666 Pub: April 24, 2026