Tuesday, April 30, 2024
36.0°F

Legals for February, 15 2024

| February 15, 2024 12:00 AM

NOTICE TO CREDITORS Kimberly L. Field FIELD LAW OFFICES, PLLC P.O. Box 573 Ronan, MT 59864 Telephone: (406) 676-0677 Attorney for Personal Representative MONTANA TWENTIETH JUDICAL DISTRICT COURT, LAKE COUNTYIN THE MATTER OF THE ESTATE OF MILTON ROBERT WEBER, Deceased CAUSE NO. DP-24-4 NOTICE TO CREDITORS NOTICE IS HEREBY GIVEN that the undersigned has been appointed Personal Representative of the above-named Estate. All persons having claims against the said deceased are required to present their claims within four (4) months after the date of the first publication of this Notice or said claims will be forever barred. Claims must either be mailed to JESSICA E. KUNTZ, the Personal Representative, return receipt requested, c/o FIELD LAW OFFICES, PLLC, P.O. Box 573, Ronan, MT 59864, or filed with the Clerk of the above-entitled Court. DATED this 30th day of January, 2024. /s/ JESSICA E. KUNTZ, Personal Representative PUBLISHED FEBRUARY 8TH, 15TH, AND 22ND, 2024. MNAXLP __________________________

CALL FOR BIDS Lake County Montana Commissioners are requesting sealed bids for up to: -400 tons of MC 800 cutback asphalt for the 2024 season. -200 tons of CRS-2 emulsion asphalt for the 2024 season. 1) Prices shall be on a per ton basis F.O.B. Pablo, MT and specify minimum load quantities (approx. 10,000 gallons). 2) Bid shall include liquid anti strip agent at 0.5% added to the MC 800 at point of loading. 3) Truck shall have unloading pump and hoses for MC 800 to fill County tank. 4) Driver shall have Worker’s Compensation Insurance. 5) Driver shall have protective clothing suitable for handling hot asphalt products. Bids shall be opened on Monday March 18, 2024 at 10:00 am in the Commissioner’s Office at 106 4 th Ave. East, Polson, MT 59860. All bids shall be clearly marked “Sealed Bid”. For more information contact Jay Garrick, Lake County Road Supervisor, (406)883-7206 or email at: jgarrick@lakemt.gov Gale Decker, Chairman Board of Lake County Commissioners Publish: February 15th, 22nd, 29, 2024 MNAXLP __________________________

REQUEST FOR PROPOSAL Request for proposal for network hardware and cabling to upgrade aging infrastructure and equip new construction (E-Rate Category 2 proposal). Polson School District #23 111 4th Ave. E. Polson, MT 59860 Email questions to Nicole Jones at njjrwj@midrivers.com The RFP is accessible electronically on the USAC website https://bit.ly/polsonerate Bids will be accepted until February 29th, 2024, or 28 days after the latest posted RFP Amendment, whichever is later. PUBLISHED FEBRUARY 15TH & 22nd, 2024 MNAXLP __________________________

PUBLIC NOTICE INVITATION TO BID Polson School District #23 Cherry Valley and Linderman Elementary Schools Remodel & Addition Project Swank Enterprises on behalf of Polson School District #23, Lake County, Polson, Montana is requesting Bids for the Cherry Valley and Linderman Remodel & Addition Bid Package Two. This project will take place through the Fall of 2024 and consists of building finishes, mechanical, plumbing, electrical, and site improvements for 28,000 sf of additions, and remodeling of the existing buildings. The building shells for both additions are currently under construction and will be dried in April 2024. Bid Package TWO – Building Finishes, Mechanical, Plumbing, Electrical, Site Improvements, The Contract Documents consisting of Drawings and the Project Specification Manual will be available February 12, 2024. Documents may be viewed or obtained on-line at the Montana Plans Exchange or at the office of Swank Enterprises, 750 West Reserve Drive, Kalispell, MT. It is the bidder’s responsibility to acquire and acknowledge all addenda issued during the bid process. Bids will be accepted by: 1. Email to leaann@swankenterprises.com 2. Delivered to Lea Ann Noffsinger, Swank Enterprises, 750 W. Reserve Dr. Kalispell, MT 59901. Bids are due before 3:00 PM (local time), Thursday, February 29, 2024. Bids must be plainly marked, & “Cherry Valley and Linderman Remodel & Addition Bid Package Two” All Bids must be submitted on the Bid Form found in the Specifications, complete per the Bid Package descriptions and signed by an officer or a person duly authorized to sign Bids. All Bids shall be valid for a period of 45 days after the bid date. Late Bids will not be opened. Access to the existing buildings prior to bidding will be made available upon request. All bids shall include the cost of the following: 1. 1% Montana Gross Receipts Construction Tax 2. Current Montana State Prevailing Wages 3. Permits specific to the bid scope of work Each Contractor will be required to have a certificate of registration from the Employment Relations Division of the Montana Department of Labor and Industry in the proper classification. Polson School District reserves the right to reject any or all Bids, to waive formalities and to accept the Bid(s) deemed most advantageous to them. All bids will be post-qualified by Swank Enterprises. Please contact Swank Enterprises with questions. Grant Kerley Swank Enterprises 750 West Reserve Drive Kalispell, MT 59901 grant@swankenterprises.com PUBLISHED FEBRUARY 15TH, 22ND & 29TH, 2024 MNAXLP ___________________

REQUEST FOR PROPOSALS FOR ENGINEERING SERVICES The Town of St. Ignatius is soliciting proposals from engineering firms to assist in evaluating the Town’s public sewer system and provide Engineering Construction Management to an ongoing emergency sewer replacement project. The selected engineering firm will 1) provide Construction Management for the emergency replacement project and 2) assist in preparations of documents and/or studies that will become part of a comprehensive Preliminary Engineering Report (PER). The PER, to be compiled by the Town, will support funding applications to any funding agency including, Rural Development, USDA; Montana Coal Endowment Program, Community Development Block Grant, State Revolving Loan Fund and the Montana Department of Natural Resources and Conservation for loans and grants. Therefore, it is imperative that the work completed complies with guidelines set forth by the Uniform Preliminary Engineering Report Outline and meets the requirements of these various funding agencies. For the full RFP contact Shari Johnson, Acting Town Engineer, 406-261-3019, Engineering@SAJmontana.com. All proposals will be submitted electronically by March 1 at 5:00 p.m. This solicitation is being offered according to Federal and State statutes governing the procurement of professional services. Accordingly, the Town reserves the right to negotiate an agreement based on fair and reasonable compensation for the scope of work and services proposed, as well as the right to reject any and all responses deemed unqualified, unsatisfactory or inappropriate. Compensation for activities will be negotiated following receipt of funding and selection of an engineering firm. The Town of St Ignatius is an Equal Opportunity Employer. PUBLISHED FEBRUARY 15TH & 22ND, 2024 ___________________

NOTICE TO CREDITORS Probate Cause No. 19-0273-P THE CONFEDERATED SALISH AND KOOTENAI TRIBAL COURT OF THE FLATHEAD RESERVATION, PABLO, MONTANA IN RE THE MATTER OF THE ESTATE OF: GLORIA COURVILLE-ROST Notice is hereby given that the undersigned, DONNA DURGLO, has been appointed Personal Representative of the above-named estate. All persons having claims against the said Deceased are required to present their claims within four (4) months after the date of the first publication of this notice or said claims will be forever barred. Claims must either be mailed to the Personal Representative, return receipt requested, or to the Clerk of Court of the Confederated Salish and Kootenai Tribal Court, P.O. Box 278, Pablo, Montana 59855. Signed 01/04/2024 \S\ Donna Durglo PUBLISHED FEBRUARY 15TH, 22ND AND 29TH, 2024 MNAXLP ___________________

INVITATION FOR BIDS SKHA GRIZZLY BEAR HOMESITES The Salish & Kootenai Housing Authority (hereinafter, “OWNER”) will receive bids at 56243 U.S. Hwy 93, Pablo, MT 59864 until 3:00 p.m. local time, March 19, 2024, and then at said office publicly opened and read aloud, for the construction of the Grizzly Bear Homesites project. Bidding: BIDS will be accepted for consideration, until 3:00 p.m. local time on March 19, 2024, at the office of the Salish & Kootenai Housing Authority, in Pablo, Montana. Bids must be submitted in a sealed envelope addressed to the Salish & Kootenai Housing Authority 56243 U.S. Hwy 93 Pablo, MT 59864 (if shipped) or Salish & Kootenai Housing Authority P.O. Box 38, Pablo, MT 59855 *if mailed*. Each sealed envelope containing a BID must be plainly marked on the outside as “BID for SKHA Grizzly Bear Homesites”. Bidder to indicate the Phase(s) the bid represents, and the envelope should bear on the outside, the name of the BIDDER, Bidder’s address and contractor license number. A complete separate BID is required for each Phase, submitted in separate envelopes. If forwarded by mail the sealed envelope containing the BID must be enclosed in another envelope addressed to the OWNER. All BIDS shall be submitted on the form provided in the specification Documents. All blank spaces must be filled in, in ink or typewritten. The BID form just be fully completed and executed when submitted. Any BIDS with conditions or qualifications will not be accepted only one copy of the BID form is required for each phase. Any BID may be withdrawn prior to the above scheduled time for the opening of BIDS or authorized postponement thereof. No BIDDER may withdraw a BID within thirty (30) days after the actual date of the opening thereof. Should there be reasons why the CONTRACT cannot be awarded within the specified period, the time may be extended. Each BIDDER will provide a subcontractor and supplier list with their BID. *Mail delivery first passes through the Tribal mail room and is then delivered to the Housing Authority. Mailed BIDS, therefore, may not be received by the Housing Authority office before the BID Closing time and date unless mailing is allowed extra time. Mailed BIDS received by the Housing Authority after the BID closing time and date, will be considered non-responsive and will be returned unopened. The BIDDER will be responsible to ensure its mailed BID has been received before the BID Closing time and date. BIDS received after this time will not be accepted. No faxed BIDS will be allowed. Mandatory Pre-BID Conference: A mandatory Pre-BID Conference will be held on February 27, 2024, at 9:00 a.m. local time, at the Salish and Kootenai Housing Authority in Pablo, Montana. All BIDDERS are required to attend. Failure to attend the Pre-BID conference will result in disqualification. BID Documents: Project documents are available at www.architectswestplans.com, or may be purchased at the Salish & Kootenai Housing Authority (SKHA) office for $50 per set. Bidders may download digital files at no cost. General Contractor may obtain two sets of documents; Mech/Elec/First Tier subcontractors may obtain one set of documents. Bidders are required to register as a plan holder at either SKHA or at www.architectswestplans.com (select “Add me as a Plan Holder”). For questions regarding the plan room contact Auron (509) 747-2964 or repro@abadanspokane.com. A complete set of contract documents will be filed with: Salish & Kootenai Housing Authority, 56243 US-93, Pablo, MT 59855 Exchanges of Montana: (Missoula, Kalispell, Billings, Great Falls, Bozeman, Butte, and Helena) Associated Builders & Contractors, 1760 E. Trent Ave., Spokane, WA 99202 Abadan Regional Plan Center, 603 E. 2nd Ave. Spokane, WA 99202 Associated General Contractors, 1649 W. Shoreline Dr., Ste. 100, Boise, ID 83702 Spokane Regional Plan Center, 209 N. Havana, Spokane, WA 99202 BONDS: A BID GUARANTEE of not less than 5% of the total BID amount, payable to the OWNER, is required for all BIDS in excess of $25,000. The BID guarantee shall be a certified check, bank draft, U.S. BOND at par value or a BID BOND secured by a surety company. Personal checks are not acceptable. If bidding both Phases 1 and 2, a separate BID BOND is required for each. The BID GUARANTEE will not be returned until the PERFORMANCE and PAYMENT BONDS are verified, executed and approved after which it will be returned. The proposal procedures and award of the CONTRACT will be conducted in accordance with the Instruction to BIDDERS (form HUD 5369), General Conditions of the CONTRACT for Construction (form HUD 5370), and the selection of the successful contractor and award of this project will be per the provisions of the Confederated Salish and Kootenai Tribes Indian Preference Ordinance 101A, in its most current form. A Performance BOND and a Payment BOND each in the amount of 100 percent (100%) of the CONTRACT price (with a corporate surety approved by the OWNER) will be required to ensure faithful performance of the CONTRACT. Attorneys-in-fact who sign BID BONDS or Payment BONDS and Performance BONDS must file with each BOND a certified and effective date copy of their power of attorney. The party(s) to whom the CONTRACT(s) are awarded will be required to execute the CONTRACT and obtain the Performance BOND and Payment BOND within ten (10) calendar days from the date when NOTICE OF AWARD is delivered to the BIDDER. The NOTICE OF AWARD shall be accompanied by the necessary CONTRACT and BOND forms. In case of failure of the BIDDER to execute the Contract, the OWNER, at his or her option consider the BIDDER in default, in which case the BID Bond accompanying the proposal shall become property of the OWNER. Within ten (10) days of receipt of the NOTICE OF AWARD, BIDDER shall sign the CONTRACT and return to such Party two executed duplicates of the CONTRACT, the acceptable Performance BOND, Payment Bond and Contract signed by the Party to whom the CONTRACT was awarded. Once the OWNER receives these documents they shall have fifteen (15) days to receive attorneys review and sign the CONTRACT. If the OWNER does not execute the CONTRACT within such period, the BIDDER may by written notice withdraw his or her signed CONTRACT. Such notice of withdrawal shall be effective upon receipt of the notice by the OWNER. The NOTICE TO PROCEED shall be issued within fifteen (15) days of the execution of the CONTRACT by the OWNER. Should there be reasons why the NOTICE TO PROCEED cannot be issued within such period; the time may be extended by mutual agreement between the OWNER and CONTRACTOR. If the NOTICE TO PROCEED has not been issued within the ten (10) day period or within the period mutually agreed upon, the CONTRACTOR may terminate the CONTRACT without further liability on the part of either party. This is an Indian Preference BID. Tribal Contractors who wish to receive Indian Preference must obtain certification by the Indian Preference Office as a legitimate Indian-owned business prior to the submission of BIDS. Proof of Indian Preference Certification must be included with your BID in the form of a copy of the Certificate issued by the Indian Preference Office. Be advised that evidence of your membership or affiliation with a Tribe does not constitute Indian Preference Certification. You must be certified by the Indian Preference Office in order to claim preference. It is the sole responsibility of the BIDDER to obtain and provide proof of Indian Preference Certification from the Indian Preference Office. Contact Melinda Charlo, (406) 675-2700, ext. 1045, or indianpreference@cskt.org. The project is funded by the Salish & Kootenai Housing Authority, therefore Davis Bacon Wage rates are provided. PUBLISHED FEBRUARY 15TH, 2024 MNAXLP ___________________