Monday, May 13, 2024
67.0°F

Legals June 27, 2017

| June 27, 2017 5:10 AM

No. 24582 MONTANA ELEVENTH JUDICIAL DISTRICT COURT, FLATHEAD COUNTY In the Matter of the Name Change of, John Mack Boggs: Mandrea Stebbins, Petitioner, On behalf of John Mack Boggs Stebbins. Case No. DV-17-398A Judge: AMY EDDY NOTICE OF HEARING ON NAME CHANGE OF MINOR CHILD This is notice that Petitioner has asked the District Court to change a child's name from: John Mack Boggs To: John Mack Boggs Stebbins The hearing will be on June 27th, 2017 at 8:30 a.m Dated this 18th day of May, 2017 PEG ALLISON Clerk of District Court By: CHELSEA REYES Deputy Clerk of Court June 6, 13, 20, 27, 2017 MNAXLP

No. 24614 Peg L. Allison Clerk of District Court Flathead County Justice Center 920 South Main Street Kalispell, MT 59901 (406) 758-5906 IN THE DISTRICT COURT OF THE ELEVENTH JUDICIAL DISTRICT OF THE STATE OF MONTANA, IN AND FOR THE COUNTY OF FLATHEAD IN THE MATTER OF: M.J.J., YOUTH IN NEED OF CARE. Cause No. DN-15-066(B) SUMMONS FOR PUBLICATION To: David Henderson, putative father, and any unknown father of the above-named child YOU ARE HEREBY NOTIFIED that a Petition has been filed in the above-entitled Court by the Montana Department of Public Health and Human Services, Child and Family Services Division, 121 Financial Drive, Suite C, Kalispell, MT 59901, requesting termination of parental rights with permanent legal custody and right to consent to adoption of the above-named child. NOW, THEREFORE, YOU ARE HEREBY DIRECTED to appear on Monday, July 24, 2017, at 9:00 a.m. before the Honorable Robert B. Allison, District Judge, Department 2, Flathead County Justice Center, 920 South Main Street, Third Floor, Kalispell, Flathead County, Montana, then and there to show cause, if any you may have, why the Petition should not be granted. M.J.J. was born on March 3, 2012 in Kalispell, Flathead County, Montana. The birth mother is Angelita Maynez Juarez. You have the right to representation by an attorney in these proceedings. If you are unable to afford an attorney, the Court will appoint an attorney to represent you. Your failure to appear at the hearing constitutes a denial of your interest in the above-named children, which denial may result, without further notice of this proceeding or any subsequent proceedings, in the Court entering judgment by default against you for all relief requested in the Petition. A copy of the Petition is filed with the Clerk of District Court for the Eleventh Judicial District Court in and for Flathead County, 920 South Main, Third Floor, Kalispell, Montana, 59901, telephone (406) 758-5870. WITNESS my hand and Seal of this Court this 14th day of June, 2017. PEG L. ALLISON Clerk of District Court By: RACHAEL C MITCHELL Deputy Clerk June 20, 27, July 4, 2017 MNAXLP

No. 24616 INVITATION FOR BIDS Sealed bids for construction of the following project(s) will be received by the Montana Department of Transportation, Contract Plans Bureau, Room 101, 2701 Prospect, Helena, Montana until 9:00 a.m. on July 13, 2017. All bids being publicly opened, reviewed for correctness, and then publicly read in the Department's auditorium. 107 SF 149 - ROCKY CLIFF ITS, SF 149 - MSLA DIST SFTY IMPRV, SF 149 - SOMERS SFTY IMPRV HSIP-G 5-3(132)108, HSIP-G STWD (363), HSIP-G 5-3(134)103 HSIP-G 5-3(132)108 - Installation of advanced safety warning signs and actuated flashing beacons on the SF 149- Rocky Cliff ITS project in Flathead County. The project is located 1 mile south of Kalispell on US 93(N-5) at the intersection with Rocky Cliff Road (RP 107.9). HSIP-G STWD (363) - Roadway and roadside safety improvements on the SF-149 Msla Dist Sfty Imprv project at the following three sites: Site 1: P-83 north of Seeley Lake from RP 19.7 to RP 19.2 in Missoula County Site 2: I-90 near Bear Creek from RP 140.8 to RP 141.2 in Granite County Site 3: I-90 near Goldcreek from RP 166.0 to 166.2 in Powell County HSIP-G 5-3(134)103 - Pedestrian crossings, signs, and warning flashers on SF 149 - Somers Sfty Imprv project in Flathead County. This work is located on US 93 (N-5) in Somers beginning at RP 102.48 to RP 102.81. Bid documents and instructions to bidders may be obtained from the Contract Plans Bureau. These documents may be requested by FAX (406)444-7236 (see order form), by mail, by downloading at the following web site: http://www.mdt.mt.gov/business/contracting/current_letting.shtml under "Bid Packages" link, or by calling (406)444 6216, 6212, 6215 or TTY 444 7696. Any contract entered into pursuant to this advertisement is subject to all appropriate state and federal civil rights laws. The prime and subcontractors are required to pay the wage rates set out in the bid proposal. MDT will not discriminate on the basis of race, color, national origin or sex in the award, performance or administration of any MDT contract or in the administration of its DBE program (49 CFR Part 26). MDT attempts to provide reasonable accommodations for any known disability that may interfere with a person participating in any service, program or activity of the department. Alternate accessible formats of this document will be provided upon request. If reasonable accommodation is needed to participate in MDT bid lettings, call the Civil Rights Bureau at 444-6331 or TTY 406-444-7696 [TTY 1-800-335-7592 (toll free)]. MONTANA DEPARTMENT OF TRANSPORTATION Barb Skelton, Chairperson Michael T. Tooley Montana Transportation Commission Director of Transportation June 20, 27, 2017 MNAXLP

No. 24613 INVITATION FOR BIDS PABLO DEVELOPMENT PROJECT The Salish & Kootenai Housing Authority (hereinafter, "OWNER") at 56243 U.S. Hwy 93, Ronan, MT 59864 until 3:00 p.m. local time, July 11, 2017, will receive BIDS and then at said office publicly opened and read aloud, for the construction of the Pablo Development Project. Bidding: BIDS will be accepted for consideration, until 3:00 p.m. local time on July 11, 2017, at the office of the Salish & Kootenai Housing Authority, in Pablo, Montana. Each BID must be submitted in a sealed envelope, addressed to the Salish & Kootenai Housing Authority 56243 U.S. Hwy 93 Ronan, 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 Pablo Development Project", and the envelope should bear on the outside, the name of the BIDDER, his or her address and his or her contractor license number. 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. 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 June 28, 2017, at the Salish and Kootenai Housing Authority in Pablo, Montana, at 10:00 a.m. local time. All BIDDERS must attend the Mandatory Pre-BID Conference. BID DOCUMENTS: Project documents are available at www.architectswestplans.com. Bidders may download digital files at no cost; Hardcopy sets are available with a refundable deposit of $200 per set plus a non-refundable fee of $20 per set for handling to be submitted by separate checks. General Contractor may obtain two set of documents; Mech/Elec/First Tier subcontractors may obtain one set of documents via checks payable to Architects West and mailed to Abadan Reprographics, 603 E. 2nd Ave Spokane, WA 99202. Deposits will be returned on receipt of documents for a period of ten days after bid opening, provided they are complete and in clean, usable condition. Additional or partial sets may be purchased. Bidders are required to register as a plan holder at www.architectswestplans.com, and select "Add me as a Plan Holder". Questions regarding the plan room contact Auron (509) 747-2964 or repro@abadanspokane.com. A complete set of contract documents will also be filed with: Exchanges of Montana: (Missoula, Kalispell, Billings, Great Falls, Bozeman, Butte, and Helena); Associated Builders & Contractors, 1760 E. Trent Ave., Spokane, WA; Abadan Regional Plan Center, 603 E. 2nd Ave. Spokane, WA; Associated General Contractors, 1649 W. Shoreline Dr., Ste. 100, Boise, ID; Spokane Regional Plan Center, 209 N. Havana, Spokane, WA. 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. 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 th1e 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 Margaret Sheridan, (406) 675-2700, ext. 1045, or Margaret.sheridan@cskt.org. The project is funded by the Salish & Kootenai Housing Authority, therefore a Davis Bacon Wage rates are provided. This project is comprised of eight (2) two-bedroom homes, with two being handicap accessible homes. Each BIDDER is responsible for reading and being thoroughly familiar with the BID Documents. The failure or omission of any BIDDER to do any of the foregoing shall in no way relieve any BIDDER from any obligation to his or her BID. Right to reject any and all BIDS: This advertisement for BIDS does not commit the OWNER to award a CONTRACT, nor to pay any costs incurred in the preparation of the BIDS or to the procurement of supplies. The OWNER reserves the right to reject any and all BIDS, if the evidence submitted by, or investigation of, such BIDDER fails to satisfy the OWNER that such BIDDER is properly qualified to carry out the obligations of the CONTRACT and to complete the work contemplated therein, to waive any informalities or irregularities and to re-advertise when it is in the best interest of the OWNER. The OWNER may make such investigations as deemed necessary to determine the ability of the BIDDER to perform the work, and the BIDDER shall furnish to the OWNER all such information and data for this purpose as the OWNER may request. For questions, contact the Housing Authority: (406) 675-4491, ext. 1520, or gclairmont@skha.org. Gwen Clairmont, Procurement Officer, Salish & Kootenai Housing Authority, P.O. Box 38, Pablo, MT 59855 June 20, 27, 2017 MNAXLP