Legals for March, 6 2025
NO. 31000 INVITATION TO BID Separate sealed bids for construction of Jocko Area Canal Conversion Project – Phase 1 and 2 will be received by Confederated Salish and Kootenai Tribes (CSKT) at the Division of Engineering and Water Resources (DEWR) office located at 33019 Quequesah Ln, Ronan, MT 59864 until 3:00 PM local time on April 9th, 2025, and then publicly opened and read aloud. Mailed bids shall be submitted per Article 15 of the Instructions to Bidders. Bidders are cautioned of potential delays in receiving bids at the place and time of the bid opening due to delays in mail delivery and processing. The project generally consists of, but is not necessarily limited to, the following major items: Conversion of an existing irrigation canal system to a piped system including: 1) Two new intake structures on an existing K canal, 2) Sensors, actuators, and associated electrical components to allow for local control, and eventually remote SCADA operations, at the intake structures, 3) Approximately 34,000 LF of HDPE pipe ranging in size from 2-inch to 48-inch with most pipe provided by the owner, 4) Isolation valves consisting of gate valves and butterfly valves, 5) Pressure reducing valve stations for managing pressure in mainlines and smaller pressure reducing valves at select on-farm deliveries, 6) Air valves consisting of air release valves and combination air release/air-vacuum valves, 7) Individual on-farm delivery assemblies consisting of isolation valves, air valves, flow meter, and ductile iron pipe, 8) Erosion control, 9) Road repair and surface restoration, 10) Valve and meter vaults, and 11) Drainage structures consisting of concrete dry wells and stilling basins. Owner provided items are extensive and includes most pipe and appurtenances. The Contract Documents consisting of half-size Drawings and Project Manual may be viewed or obtained by either electronic documents on-line, or a hard copy at the office of Morrison-Maierle, Inc., (1055 Mount Avenue, Missoula, Montana) or from the DEWR office (33019 Quequesah Ln, Ronan, MT 59864). Only firms obtaining documents by these methods will be placed on the Planholders List. Complete electronic Project Plans, Project Specifications, and Bid Proposal Packet are available at the Morrison-Maierle, Inc. website “www.m-m.net” by clicking on the “Project Bidding” tab, then “Browse Current Projects” and selecting this project from the project list which will direct you to the QuestCDN website. Documents can only be viewed and cannot be downloaded or printed without purchasing. To purchase and download the project documents in pdf format, click “Download Project PDF” and sign on to QuestCDN.com. Plan documents and the Bid Proposal Packet can be downloaded for a fee of $40. Please contact QuestCDN at 952-233-1632 or email “info@questcdn.com” for assistance in the free membership registration, downloading documents, and working with this digital project information. A hard copy set of project documents may be obtained from the office of Morrison-Maierle, Inc., (1055 Mount Avenue, Missoula, MT 59801. Phone (406) 542-8880 for a non-refundable price of $250 for each complete set shipped by standard delivery. Payment of an additional $25 is required for express mail. In addition, the Drawings and Project Manual may also be examined at the following locations: Morrison-Maierle at 1055 Mount Avenue, Missoula, Montana; or at Montana Plan Exchanges at Montanabid.com; or your regional plan exchange(s). There will be a mandatory Pre-Bid Conference at the Arlee Community Center located at 34086 Pow Wow Rd, Arlee, MT 59821, at 1:00 PM on March 19th, 2025. Interested CONTRACTORS are required to attend. A tour of the project site(s) will be conducted after the meeting. CONTRACTOR(s) and any of the CONTRACTOR’s subcontractors bidding on this project will be required to obtain registration with the Montana Department of Labor and Industry (DLI). Forms for registration are available from the Department of Labor and Industry, P.O. Box 8011, 1805 Prospect, Helena, Montana 59604-8011. Information on registration can be obtained by calling 1-406-444-7734. Forms for registration can also be obtained online at MT.Contractor.Com. CONTRACTOR(s) are required to have registered with the DLI prior to bidding on this project. Each bid or proposal must be accompanied by a Certified Check, Cashier’s Check, or Bid Bond payable to The Confederated Salish and Kootenai Tribes, in an amount not less than ten percent (10%) of the total amount of the bid. Successful BIDDERS shall furnish an approved Construction Performance Bond and a Construction (Labor and Materials) Payment Bond, each in the amount of one hundred percent (100%) of the contract amount. Insurance as required shall be provided by the successful BIDDER(s) and a certificate(s) of that insurance shall be provided. A bid may not be withdrawn after the scheduled time for the public opening of the Bids specified above unless it meets requirements and procedures outlined in Article 16.02 of the Instructions to Bidders. The right is reserved to reject any or all Proposals received, to waive informalities, to postpone the award of the contract for a period of not to exceed sixty (60) days, and to accept the lowest responsive and responsible bid which is in the best interest of the Confederated Salish and Kootenai Tribes. This is an Indian Preference Invitation to Bid. Tribal Businesses who wish to receive Indian Preference must obtain certification by the Confederated Salish and Kootenai Tribes’ Indian Preference Office as a legitimate Indian-owned business prior to the submission of bids. In order to claim Indian Preference, 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, evidence of your membership or affiliation with a tribe does not constitute Indian Preference certification. The selection of the successful Consultant and award of this project will be per the provisions of the CSKT Indian Preference Ordinance 101A, which is described here: Preference in the awarding of contracts and subcontracts and in the procurement of services, materials, supplies, and equipment required for work to be performed shall be given to certified Indian-owned businesses as follows unless prohibited by Federal Law: A. First Preference shall be given to a CSKT member-owned business which is a responsible bidder with a responsive bid. Such CSKT member-owned business coming within 10% of the low bid or price quote shall have the opportunity to meet the low figure. B. Second preference shall be given to any other Indian-owned business which is a responsible bidder and which submits a responsive bid. Any such other Indian owned business coming within 10% of the low bid or price quote shall have the opportunity to meet the bid or price if no CSKT member-owned business does so. It is the sole responsibility of the Offeror to obtain and provide proof of Indian Preference certification from the Indian Preference Office. For more information on Indian Preference certification, contact Melinda Charlo, (406) 675-2700 ext. 1045. Publication Locations: Char-Koosta; Daily Inter Lake; Montana Plan Exchanges February 27 and March 6, 13, 2025 MNAXLP __________________________
NO. 31001 INVITATION TO BID Separate sealed bids for construction of Jocko Area Canal Conversion Project – Phase 3 and 4 will be received by Confederated Salish and Kootenai Tribes (CSKT) at the Division of Engineering and Water Resources (DEWR) office located at 33019 Quequesah Ln, Ronan MT 59864 until 3:00 PM local time on April 9th, 2025, and then publicly opened and read aloud. Mailed bids shall be submitted per Article 15 of the Instructions to Bidders. Bidders are cautioned of potential delays in receiving bids at the place and time of the bid opening due to delays in mail delivery and processing. The project generally consists of, but is not necessarily limited to, the following major items: Conversion of an existing irrigation canal system to a piped system including 1) Approximately 35,000 LF of HDPE pipe ranging in size from 2-inch to 42-inch with most pipe provided by the owner, 2) Isolation valves consisting of gate valves and butterfly valves, 3) Pressure reducing valve stations for managing pressure in mainlines and smaller pressure reducing valves at select on-farm deliveries, 4) Air valves consisting of air release valves and combination air release/air-vacuum valves, 5) Individual on-farm delivery assemblies consisting of isolation valves, air valves, flow meter, and ductile iron pipe, 6) Erosion control, 7) Road repair and surface restoration, 8) Valve and meter vaults, and 9) Drainage structures consisting of concrete dry wells. Owner provided items are extensive and includes most pipe and appurtenances. The Contract Documents consisting of half-size Drawings and Project Manual may be viewed or obtained by either electronic documents on-line, or a hard copy at the office of Morrison-Maierle, Inc., (1055 Mount Avenue, Missoula, Montana). Only firms obtaining documents by these methods will be placed on the Planholders List. Complete electronic Project Plans, Project Specifications, and Bid Proposal Packet are available at the Morrison-Maierle, Inc. website “www.m-m.net” by clicking on the “Project Bidding” tab, then “Browse Current Projects” and selecting this project from the project list which will direct you to the QuestCDN website. Documents can only be viewed and cannot be downloaded or printed without purchasing. To purchase and download the project documents in pdf format, click “Download Project PDF” and sign on to QuestCDN.com. Plan documents and the Bid Proposal Packet can be downloaded for a fee of $40. Please contact QuestCDN at 952-233-1632 or email “info@questcdn.com” for assistance in the free membership registration, downloading documents, and working with this digital project information. A hard copy set of project documents may be obtained from the office of Morrison-Maierle, Inc., (1055 Mount Avenue, Missoula, MT 59801. Phone (406) 542-8880 for a non-refundable price of $250 for each complete set shipped by standard delivery. Payment of an additional $25 is required for express mail. In addition, the Drawings and Project Manual may also be examined at the following locations: Morrison-Maierle at 1055 Mount Avenue, Missoula, Montana; or at Montana Plan Exchanges at Montanabid.com; or your regional plan exchange(s). There will be a mandatory Pre-Bid Conference at the Arlee Community Center (34086 Pow Wow Rd, Arlee, MT 59821), at 1:00 PM on March 19th, 2025. Interested CONTRACTORS are required to attend. A tour of the project site(s) will be conducted after the meeting. CONTRACTOR(s) and any of the CONTRACTOR’s subcontractors bidding on this project will be required to obtain registration with the Montana Department of Labor and Industry (DLI). Forms for registration are available from the Department of Labor and Industry, P.O. Box 8011, 1805 Prospect, Helena, Montana 59604-8011. Information on registration can be obtained by calling 1-406-444-7734. Forms for registration can also be obtained online at MT.Contractor.Com. CONTRACTOR’s are required to have registered with the DLI prior to bidding on this project. Each bid or proposal must be accompanied by a Certified Check, Cashier’s Check, or Bid Bond payable to The Confederated Salish and Kootenai Tribes, in an amount not less than ten percent (10%) of the total amount of the bid. Successful BIDDERS shall furnish an approved Construction Performance Bond and a Construction (Labor and Materials) Payment Bond, each in the amount of one hundred percent (100%) of the contract amount. Insurance as required shall be provided by the successful BIDDER(s) and a certificate(s) of that insurance shall be provided. A bid may not be withdrawn after the scheduled time for the public opening of the Bids specified above unless it meets requirements and procedures outlined in Article 16.02 of the Instructions to Bidders. The right is reserved to reject any or all Proposals received, to waive informalities, to postpone the award of the contract for a period of not to exceed sixty (60) days, and to accept the lowest responsive and responsible bid which is in the best interest of the Confederated Salish and Kootenai Tribes. This is an Indian Preference Invitation to Bid. Tribal Consultants who wish to receive Indian Preference must obtain certification by the Confederated Salish and Kootenai Tribes’ Indian Preference Office as a legitimate Indian-owned business prior to the submission of bids. In order to claim Indian Preference, 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, evidence of your membership or affiliation with a tribe does not constitute Indian Preference certification. The selection of the successful Consultant and award of this project will be per the provisions of the CSKT Indian Preference Ordinance 101A, which is described here: Preference in the awarding of contracts and subcontracts and in the procurement of services, materials, supplies, and equipment required for work to be performed shall be given to certified Indian-owned businesses as follows unless prohibited by Federal Law: A. First Preference shall be given to a CSKT member-owned business which is a responsible bidder with a responsive bid. Such CSKT member-owned business coming within 10% of the low bid or price quote shall have the opportunity to meet the low figure. B. Second preference shall be given to any other Indian-owned business which is a responsible bidder and which submits a responsive bid. Any such other Indian owned business coming within 10% of the low bid or price quote shall have the opportunity to meet the bid or price if no CSKT member-owned business does so. It is the sole responsibility of the Offeror to obtain and provide proof of Indian Preference certification from the Indian Preference Office. For more information on Indian Preference certification, contact Melinda Charlo, (406) 675-2700 ext. 1045. Publication Locations: Char-Koosta; Daily Inter Lake; Montana Plan Exchanges February 27 and March 6, 13, 2025 MNAXLP __________________________
NO. 31005 Susan M. Lacosta HASH, RUDBACH, HUTCHISON & MURRAY, PLLP 136 First Avenue West Kalispell, MT 59901 Telephone: (406) 755-6919 Attorneys for Personal Representative MONTANA ELEVENTH JUDICIAL DISTRICT COURT, FLATHEAD COUNTY In the Matter of the Estate of STANLEY T JOHNSON, Deceased. No. DP-2025-042 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 months after the date of the first publication of this notice or said claims will be forever barred. Claims must either be mailed to Hash, Rudbach, Hutchison & Murray, 136 First Avenue West, Kalispell, MT 59901, or filed with the Clerk of the above-entitled court. Dated Feb. 7, 2025 /s/Christina Annamae Rash CHRISTINA ANNAMAE RASH, Personal Representative HASH, RUDBACH, HUTCHISON & MURRAY, PLLP By: Susan M Lacosta Attorneys for Persoal Representatives February 27 and March 6, 13, 2025 MNAXLP __________________________
NO. 31008 Grizzly Mini Storage located at 466 Ash Road, Kalispell, MT is holding an auction on March 18, 2025 at 10:00 a.m. for the following units: 604-Clayton 522-Baker 331-Hamilton 36-Root 316-Vanos 203-Smith 217-Hagan 122-Newson 208-Collier 531-Vance 44-Mikita 618-Rosalez 18-Underhill 634-Messick 132-Winters 511-Winters 510-Ottwell 508-Ottwell 530-Newman 202-Newman 734-Thompson 404-Thompson March 6, 13, 2025 MNAXLP __________________________
NO. 31020 FLATHEAD MUNICIPAL AIRPORT AUTHORITY PUBLIC MEETING NOTICE The regular meeting of the Flathead Municipal Airport Authority Board will be held at 4:00 P.M. on Tuesday, March 11, 2025, at Glacier Park International Airport, 4170 Highway 2 E., Kalispell, MT, preceded by a Sub-Committee Meeting at 2:00 P.M. and an optional terminal construction walk-through at 3:15 P.M. March 6, 2025 MNAXLP __________________________