Serving Whitman County since 1877

Legals: March 22, 2018

NOTICE OF

COURTHOUSE CLOSURE

The Whitman County Courthouse will be closing at 4:00 p.m. on Thursday, March 29, 2018 for training purposes. Regular Courthouse business hours will resume at 9:00 a.m. on March 30, 2018.

Dated this 19th day of March 2018.

Maribeth Becker, CMC, Clerk of the Board 12/1

NOTICE OF PUBLIC HEARING

The Whitman County Commissioners will conduct a public hearing will be held by the Whitman County Board of Commissioners in their Chambers, Whitman County Courthouse, Colfax, Washington on Monday, April 2, 2018 at 10:30 a.m.

The purpose of the hearing is to review community development and housing needs, inform citizens of the availability of funds and eligible uses of the state Community Development Block Grant (CDBG), and receive comments on proposed activities, particularly from lower income persons residing in the Whitman County area.

$101,202 is proposed to be available annually to Whitman County and the Community Action Center to fund public services that principally benefit low-and moderate income persons in Whitman County.

An overview of the proposed public services will be available for review at the Whitman County Commissioners' Office (400 N Main Street, Colfax, WA 99111) and Community Action Center (350 SE Fairmont Road, Pullman, WA 99163) on Monday, March 26, 2018 beginning at 9:00 a.m. Comments may also be submitted in writing to Whitman County Commissioners at 400 N Main Street, Colfax, WA 99111 until April 2, 2018 at 10:30 a.m.

Comments on the County's and Community Action Center program's past performance and use of their 2017 CDBG Public Services grant will also be received.

The County Commissioners' Chambers is handicapped accessible. Arrangements to reasonably accommodate special needs, including handicap accessibility or interpreter will be made upon receiving 24-hour advance notice. Please contact the Clerk of the Board in Colfax, WA at (509) 397-5240 if such assistance is needed.

Maribeth Becker, CMC, Clerk of the Board 12/2

NOTICE OF PUBLIC HEARING

TOWN OF GARFIELD

April 11, 2018

The Town Council for the Town of Garfield will hold a Public Hearing on Wednesday, April 11, at 7:00 p.m. at the Garfield Town Hall, 405 W California. This public hearing is to consider whether or not to vacate an alley located at:

The alley in Whitman County, Town of Garfield, Alvin Manring’s Addition, In NW ¼ of SW ¼ of Sec. 33 T. 18 N.R. 45 E. Block 7 Between Lincoln St and Spokane St. Between lots 7 and 8.

Additional information can be obtained at the Garfield Town Hall during normal business hours.

If you have any comments or objections, please be present at the Public Hearing or prior to the hearing submit your written comments to – Garfield Town Hall, PO Box 218, Garfield, WA 99130 or email garfield-town@completebbs.com

If you have questions regarding this matter, please contact 509-635-1604. 12/2

INVITATION FOR BIDS

Pullman-Moscow

Regional Airport

Pullman, Washington

AIP Project No. 3-53-0051-046

Project Name: Waterline Relocation

Bid Date: Tuesday, April 10, 2018, at 2:00pm Local Time

Sealed bids, subject to the conditions contained herein, for improvements to the Pullman-Moscow Regional Airport, Pullman, Washington, AIP Project No. 3-53-0051-046 will be received by the Pullman-Moscow Regional Airport Administration Office located inside the passenger terminal building, 3200 Airport Complex North, Pullman, Washington, 9916310/4/2120, until Tuesday, April 10, 2018 at 2:00pm (according to the clock on the south wall in the passenger terminal building), at which time said bids will be publicly opened and read aloud.

Project work consists of, but is not limited to the following:

Clearing and Grubbing

Waterline Removal

Install Temporary Waterline, 6-Inch

Install C-900 Waterline, 6-Inch

Install Hydrant Assemblies and Gate Valves

Contract Documents.

Complete digital contract documents are available from Quest Construction Data Network (Quest CDN) at http://www.questcdn.com.

Interested parties may download the digital documents for a non-refundable fee of $25.00 by inputting Quest Project No. 5615831 on the Project Search page.

Those downloading the contract documents electronically are personally responsible for verifying the completeness of contract documents received via download.

Failure to download a complete set of digital contract documents will not be a factor considered in the evaluation of bids or form the basis for any bid protest.

Please contact Quest CDN at (952) 233-1632 or info@questcdn.com for assistance in free membership registration, downloading, and working with this digital project information.

In order to submit a responsive bid as a Prime Contractor and to receive all necessary addendum(s) for this project, you must be on the Planholder’s List, which requires the plans being downloaded from Quest CDN.

A copy of the contract documents may be examined at the following locations beginning on March 19, 2018:

1. Pullman-Moscow Regional Airport Administration Office. To view the documents at this location, call 509-338-3223 to schedule an appointment. This copy is for review only and may not leave the office nor be photocopied at this location.

SECTION I-1

Pre-Bid Conference. An OPTIONAL pre-bid conference for this project will be held at 11:00am on Tuesday, March 27, 2018, in the Aircraft Rescue & Fire Fighting Building Training Room at the Pullman-Moscow Regional Airport. A site walk will be provided immediately after the pre-bid conference. Site visits outside of the pre-bid conference shall be by appointment only.

Bid Conditions. The Bidder must supply all information required by the contract documents and must bid on all items presented. Bids must be completed and signed in space(s) provided on the enclosed blank bid schedule or the bid will be subject to rejection. Bids may be held by Pullman-Moscow Regional Airport Board for a period not to exceed 60 days from the date of the bid opening for the purpose of evaluating bids prior to award of contract. The Owner reserves the right to reject any and all bids and to waive any informality in the bids received.

Each Bidder is individually responsible for the careful examination of the site of the proposed Work, the Proposal Forms, Contract Forms, General Provisions, Special Provisions, Construction Safety & Phasing Plan, Wage Rates, Technical and Supplemental Specifications, Plans, and all requirements of the project. The failure or omission by any Bidder to do so shall in no way relieve any Bidder from any obligation with respect to its bid.

Bid Guarantee. A cashier’s check, a certified check, cash, or a bid bond (Surety bond) in the amount of 5 percent of the total bid (including any bid schedules and sales tax) shall accompany the proposal of each bidder. A check or bond shall be made payable to the “Pullman-Moscow Regional Airport Board.”

Performance Bond. The successful bidder agrees to furnish a performance bond for 100 percent of the Contract price. This bond will only be executed in connection with the award of a Contract to the successful bidder in order to secure fulfillment of all of the Contractor's obligations under such Contract.

Payment Bond. The successful bidder agrees to furnish a payment bond for 100 percent of the Contract price. This bond will only be executed in connection with the award of a Contract to assure payment of all persons supplying labor and material in the execution of the work provided for in the Contract, as required by Washington state law.

Federal Requirements for Federally Funded Projects. This Project is being partially funded under the Federal Aviation Administration (FAA) Airport Improvement Program (AIP). Contractors must comply with specific federally required provisions as listed herein and contained in the contract documents. The following federal provisions are incorporated in this solicitation by reference:

1. Buy American Preference (49 USC § 50101)

2. Foreign Trade Restriction (49 CFR part 30)

3. Davis-Bacon Act (29 CFR Part 5)

4. Affirmative Action (41 CFR part 60-4)

5. Government-wide Debarment and Suspension (2 CFR part 180 (Subpart C), 2 CFR part 1200, DOT Order 4200.5)

6. Government-wide Requirements for Drug-free Workplace (49 CFR Part 29)

Wage Rates and Equal Employment Opportunity.

The proposed Contract is under and subject to Executive Order 11246 of September 24, 1965, as amended by Executive Order 13672 of July 21, 2014 (together, “the Executive Order”), and to the Equal Employment Opportunity (EEO) and Federal Labor Standards Provisions.

All labor on the Project shall be paid no less than the higher of either the prevailing state wage rates established by the Washington State Public Work Laws or the prevailing federal wage rates (Davis Bacon Act 29 CFR part 6) established by the United States Department of Labor.

To the extent that there is a discrepancy between the State and Federal requirements, bidder shall comply with the highest dollar amount and/or the most stringent requirement.

Contractor shall post the applicable prevailing wage rates at the site.

The EEO requirements, labor provisions, and wage rates are included in the Specifications and Bid Documents and are available for inspection at the Pullman-Moscow Regional Airport, 3200 Airport Complex North, Pullman, Washington, 99163. Each bidder must complete, sign, and furnish with his bid the Bidders Statement on Previous Contracts Subject to EEO Clause, as contained in the Bid Proposal.

Disadvantaged Business Enterprise. The requirements of 49 CFR part 26 apply to this contract. It is the policy of the Pullman-Moscow Regional Airport Board 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. The Pullman-Moscow Regional Airport Board is an equal opportunity and affirmative action employer. Small, minority, veteran, and women-owned businesses are encouraged to submit bids.

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:

Timetables

Goals for minority participation for each trade: 3.0%

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 Whitman County, Pullman, Washington.

Civil Rights - Title VI Assurances

The Pullman-Moscow Regional Airport Board, 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.

Prohibition of Segregated Facilities. (41 CFR § 60-1.8).

(a) The Contractor agrees that it does not and will not maintain or provide for its employees any segregated facilities at any of its establishments, and that it does not and will not permit its employees to perform their services at any location under its control where segregated facilities are maintained. The Contractor agrees that a breach of this clause is a violation of the Equal Opportunity clause in this contract.

(b) “Segregated facilities,” as used in this clause, means any waiting rooms, work areas, rest rooms and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees, that are segregated by explicit directive or are in fact segregated on the basis of race, color, religion, sex, or national origin because of written or oral policies or employee custom. The term does not include separate or single-user rest rooms or necessary dressing or sleeping areas provided to assure privacy between the sexes.

(c) The Contractor shall include this clause in every subcontract and purchase order that is subject to the Equal Opportunity clause of this contract.

Federal Funding. This project is funded solely or in part with federal funds and is subject to Federal Contract Provisions. The award of the contract is subject to approval of the Federal Aviation Administration and availability of federal funding.

The proposed contract is contingent upon actual receipt by the Owner of adequate funds from the Federal Aviation Administration for the performance of the construction and installation of the airport improvements contemplated by the proposed contract. Any questions regarding bids are to be directed to:

Mead & Hunt, Inc.

ATTN: Jeremy Lee

9600 NE Cascades Pkwy, Ste 100

Portland, OR 97220

Phone: 503-548-1494

Email: jeremy.lee@meadhunt.com

The Bid of any Contractor who has previously violated the terms of the Federal Labor Laws, and who has not been cleared of such violations, will not be honored. Also, any subcontractor under him under the same circumstance will not be accepted for this project.

Glenn A. Johnson, Pullman-Moscow Regional Airport Board, Chair

Published:

Moscow-Pullman Daily News

Whitman County Gazette

Seattle Daily Journal of Commerce 12/1

SUPERIOR COURT

OF WASHINGTON

FOR WHITMAN COUNTY

In the matter of the Estate of:

MARGARET VOGT,

Deceased.

No. 18-4-00028-38

PROBATE NOTICE

TO CREDITORS

RCW 11.40.030

Margaret Jean (“Peggy”) Welsh has been appointed as Personal Representative of this Estate.

Any person having a claim against the decedent 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 Personal Representative or the Personal Representative's attorneys at the address stated below, a copy of the claim and filing the original of the claim with the court in which the probate proceedings were commenced.

The claim must be presented within the later of: (1) Thirty days after the Personal Representative 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 decedent's probate and nonprobate assets.

Date of First Publication: March 15, 2018

Attorney for the Personal Representative:

ESSER, SANDBERG & BOYD, PLLC

By: Roger Sandberg, WSBA #39020

520 E Main St, Pullman, WA 99163 11/3

STATE OF WISCONSIN,

CIRCUIT COURT,

BROWN COUNTY

IN RE: THE MARRIAGE OF

Petitioner

Alexis Arnold

and

Respondent

Eddie Arnold III

Publication Summons

Divorce-40101

Case No. 18FA158

THE STATE OF WISCONSIN, TO THE PERSON NAMED ABOVE AS RESPONDENT:

You are notified that the petitioner named above has filed a Petition for divorce or legal separation against you.

You must respond with a written demand for a copy of the Petition within 40 days from the day after the first date of publication.

The demand must be sent or delivered to the court at:

Brown County Courthouse,

100 South Jefferson Street

Post Office Box 23600

Green Bay WI 54301

and to

Alexis Arnold C/O Attorney Brett Reetz

REETZ LAW OFFICE, S.C.

242 Michigan Street Suite 104

Sturgeon Bay WI 54235

It is recommended, but not required, that you have an attorney help or represent you.

If you do not demand a copy of the Petition within 40 days, the court may grant judgment against you for the award of money or other legal action requested in the Petition, and you may lose your right to object to anything that is or may be incorrect in the Petition.

A judgment may be enforced as provided by law. A judgment awarding money may become a lien against any real estate you own now or in the future, and may also be enforced by garnishment or seizure of property.

You are further notified that if the parties to this action have minor children, violation of §948.31, Wis. Stats., (Interference with custody by parent or others) is punishable by fines and/or imprisonment:

If you and the petitioner have minor children, documents setting forth the percentage standard for child support established by the department under §49.22(9), Wis. Stats., and the factors that a court may consider for modification of that standard under §767.511(1m), Wis. Stats., are available upon your request from the Clerk of Court.

You are notified of the availability of information from the Circuit Court Commissioner as set forth in §767.105, Wis. Stats.

§767.105 Information from Circuit Court Commissioner.

(2)Upon the request of a party to an action affecting the family, including a revision of judgment or order under sec. 767.59 or 767.451:

(a)The Circuit Court Commissioner shall, with or without charge, provide the party with written information on the following, as appropriate to the action commenced:

1. The procedure for obtaining a judgment or order in the action.

2. The major issues usually addressed in such an action.

3. Community resources and family court counseling services available to assist the parties.

4. The procedure for setting, modifying, and enforcing child support awards, or modifying and enforcing legal custody or physical placement judgments or orders.

(b)The Circuit Court Commissioner shall provide a party, for inspection or purchase, with a copy of the statutory provisions in this chapter generally pertinent to the action.

If you require reasonable accommodations due to a disability to participate in the court process, please call 920-448-4155 at least 10 working days prior to the scheduled court date. Please note that the court does not provide transportation.

electronically signed by Brett Reetz

Brett Reetz, Attorney for Petitioner

March 8, 2018 11/3

WAC 197-11-970 Determination of Non-significance (DNS).

DETERMINATION

OF NON-SIGNIFICANCE

DESCRIPTION OF PROPOSAL: The proposal would rehabilitate and improve the existing sewer and water systems located in the Town of Rosalia boundary and established pipeline routes adjacent to the Town of Rosalia boundary (total area encompassing approximately 327 acres).

Wastewater improvements are split into three categories.

Category 1 improvements focus on the complete replacement of the existing pipe; while Category 2 would involve rehabilitation utilizing cured-in-place pipe (CIPP).

Category 3 improvements would replace the aged or undersized pipe, and potentially replace the pump associated with the lift station.

The majority of work is expected to take place within the existing roadways and Town of Rosalia right-of-way (approximately 326 acres).

A total of approximately 1.0 acres of sewer improvements would occur outside of the Town of Rosalia boundary along established pipeline alignments.

The proposed water system improvements would repair old and leaking water mains, service lines, and valves as the sewer lines are replaced.

Removing the lead components in the water system, constructing a new well source, and upgrading the water system control telemetry for pumps and reservoirs were also identified as needed improvements.

Other proposed water system improvements include the rehabilitation of the in-ground reservoir and construction of a second lower zone reservoir.

Also, the upper-zone booster pump station would be relocated to an above-ground building, and backup generators would be installed at the well and booster pump facility.

All of the proposed water system improvements would occur within the Town of Rosalia boundary (i.e.

an area encompassing 326 acres).

PROPONENT: Town of Rosalia

LOCATION OF PROPOSAL: The project is entirely contained within the Town of Rosalia limits in Sections 10, 11, 14, and 15, Township 20 North, Range 43 East, Whitman County, Washington. The proposed project would be interspersed throughout approximately 327 acres within the Town of Rosalia boundary and adjacent established pipeline routes.

LEAD AGENCY: Town of Rosalia

Contact: Mayor Lee Root

110 West Fifth Avenue, Rosalia, WA 99170

Phone: (509) 523-5991

The lead agency for this proposal has determined that it does not have a probable significant adverse impact on the environment. An environmental impact statement (EIS) is not required under RCW 43.21C.030 (2)(c). This decision was made after review of a completed environmental checklist and other information on file with the lead agency. This information is available to the public on request.

This DNS was issued under WAC 197-11-340(2); the lead agency will not act on this proposal for at least 14 days from March 12, 2018. Comments must be submitted by March 29, 2018.

RESPONSIBLE OFFICIAL: Lee Root, Mayor, Town of Rosalia

You may appeal this determination to:

Town of Rosalia

Contact: Mayor Lee Root

110 West Fifth Avenue, Rosalia, WA 99170

Phone: (509) 523-5991

No later than March 29, 2018 by mail. 11/2

 

Reader Comments(0)