Saturday, May 18, 2024
54.0°F

Legals October 25, 2018

| October 25, 2018 1:30 AM

BOUNDARY COUNTY AIRPORT - REQUEST FOR QUALIFICATIONS The Boundary County Airport is soliciting statements of qualifications and experience (SOQ) to be used in selecting a Principal Consultant to provide Architectural Engineering Services for Airport Development Projects for The Boundary County Airport. Services are outlined in FAA Advisory Circular 150/5100-14E, Change 1, Section 1.4.2 (Development) for the following project(s): Equipment Procurement Equipment Storage Buildings Incidental Environmental Planning Avigation Easements Land Acquisition Taxiway and Runway Construction, Paving, and Maintenance Utility Improvements Lighting, Signage, Navaids, and Electrical Improvements Access Road Construction and Improvement Airfield Lighting Improvements and Upgrades Airport Infrastructure Extensions and Strengthening Wildlife Hazard Assessment Other Engineering Projects as Necessary The work may be accomplished during the course of multiple grants. All parties are advised that some of the services may not be required and that the Sponsor reserves the right to initiate additional procurement action for any of the services included in the initial procurement. If more than one party is selected, the expected projects to be performed by each party will be defined, together with the statement of work and the required services, at the time of the procurement action. The Sponsor will provide notification to each firm of the projects they are being awarded. Selection criteria contained in the FAA Advisory Circular 150/5100-14E, will be applied with the following numerical rating factors assigned: SELECTION CRITERIA RATING Capability to perform all or most aspects of the project and recent experience 20 in airport projects comparable to the proposed task. Key personnel's professional qualifications and experience and availability for 15 the proposed project; their reputation and professional integrity and competence; and their knowledge of FAA regulations, policies, and procedures. Capability to meet schedules or deadlines. 10 Quality of projects previously undertaken and capability to complete projects 15 without having major cost escalations or overruns Qualifications and experience of sub-consultants regularly engaged by the 5 consultant under consideration. Capability of a branch office that will do the work to perform independently of the 10 home office, or conversely, its capability to obtain necessary support from the home office. The use of geographic location may be a selection criteria provided its application leaves an appropriate number of qualified firms, given the nature and size of the project, to compete for the contract Ability to furnish qualified inspectors for construction inspection if applicable. 5 Understanding of the project's potential challenges and the Sponsor's special 20 concerns. Degree of interest shown in undertaking the project and their familiarity with and 10 proximity to the geographic location of the project. Capability to incorporate and blend aesthetic and architectural concepts with the 10 project design while accomplishing the basic requirements that transportation facilities be functional, safe, and efficient. In meeting the Disadvantaged Business Enterprise (DBE) contract goal, evidence 5 documenting that the consultant met the DBE goal, or by documenting that it made adequate good faith efforts to meet the DBE goal. (See 49 CFR, § 26.53) Capability to conduct a Value Engineering (VE) study for projects that are 10 particularly complex or have unique features. Order 5100.38, Chapter 3, Subsection 3-57; AC 150/5300-15, Use of Value Engineering for Engineering and Design of Airport Grant Projects; and AC 150/5370-10, Standards for Specifying Construction of Airports, contain additional guidance on VE studies. Upon review of the submitted material, The Boundary County Airport may select a consultant based on the submitted material, or reduce the list of applicants to approximately three (3) for oral presentation. A detailed scope of work will be developed with the selected consultant. Firm consulting fees will be negotiated, utilizing an independent cost estimate as necessary, for the services to be performed under an FAA grant as approved by the FAA. This contract is subject to the provisions of Executive Order 11246 (Affirmative Action to Ensure Equal Employment Opportunity) and to the provisions of Department of transportation Regulations 49 CFR Part 26 (Disadvantaged Business Enterprise Participation). DBE firms are encouraged to submit. To be considered for these services, please provide three (3) copies, plus one (1) unbound copy of a Statement of Qualification (SOQ) no later than 5:00 p.m. on or before November 12, 2018. All responses must be submitted in a sealed envelope plainly marked "Statement of Qualifications - Airport Engineering and Planning Services." The Statement of Qualifications should not exceed 30 pages. Questions or comments and submittals should be addressed to Boundary County Airport Manager, 64602 Highway 2, Bonners Ferry, ID 83805. BFH Legal 10028 October 25, 2018 November 1, 2018

BOUNDARY COUNTY AIRPORT - REQUEST FOR AVIATION PLANNING SERVICES The Boundary County Airport is soliciting statements of qualifications and experience (SOQ) to be used in selecting a Principal Consultant to provide Aviation Planning Services for The Boundary County Airport. Services are outlined in FAA Advisory Circular 150/5100-14E, Change 1, Section 1.4.1 (Planning) for the following project(s): Design study to establish the framework and detailed work program Airport data collection and facility inventories Aeronautical activity forecasts and demand/capacity analyses Facility requirements determination Airfield modeling for capacity and delay Airport layout and terminal area plan development Airport noise studies under14 CFR Parts 150 and 161 Compatible land-use planning in the vicinity of airports Airport site selection studies Airport development schedules and cost estimates Airport financial planning and benefit cost analysis Participation in public information and community involvement programs and/or public hearings relating to airport development and planning projects Environmental Assessments (EA), Environmental Impact Statements (EIS) and other studies in accordance with FAA Orders 5050.4 and 1050.1 Preparation of or updating of the airport layout plan Airspace analysis GIS data collection, entry, and analysis and other electronic graphical/mapping efforts The work may be accomplished during the course of multiple grants. All parties are advised that some of the services may not be required and that the Sponsor reserves the right to initiate additional procurement action for any of the services included in the initial procurement. If more than one party is selected, the expected projects to be performed by each party will be defined, together with the statement of work and the required services, at the time of the procurement action. The Sponsor will provide notification to each firm of the projects they are being awarded. Selection criteria contained in the FAA Advisory Circular 150/5100-14E, will be applied with the following numerical rating factors assigned: SELECTION CRITERIA RATING Capability to perform all or most aspects of the project and recent experience 20 in airport projects comparable to the proposed task. Key personnel's professional qualifications and experience and availability for the 15 proposed project; their reputation and professional integrity and competence; and their knowledge of FAA regulations, policies, and procedures. Capability to meet schedules or deadlines. 10 Quality of projects previously undertaken and capability to complete projects 15 without having major cost escalations or overruns Qualifications and experience of sub-consultants regularly engaged by the 5 consultant under consideration. Capability of a branch office that will do the work to perform independently of the 10 home office, or conversely, its capability to obtain necessary support from the home office. The use of geographic location may be a selection criteria provided its application leaves an appropriate number of qualified firms, given the nature and size of the project, to compete for the contract Ability to furnish qualified inspectors for construction inspection if applicable. 5 Understanding of the project's potential challenges and the Sponsor's special 20 concerns. Degree of interest shown in undertaking the project and their familiarity with and 10 proximity to the geographic location of the project. Capability to incorporate and blend aesthetic and architectural concepts with the 10 project design while accomplishing the basic requirements that transportation facilities be functional, safe, and efficient. In meeting the Disadvantaged Business Enterprise (DBE) contract goal, evidence 5 documenting that the consultant met the DBE goal, or by documenting that it made adequate good faith efforts to meet the DBE goal. (See 49 CFR, § 26.53) Capability to conduct a Value Engineering (VE) study for projects that are 10 particularly complex or have unique features. Order 5100.38, Chapter 3, Subsection 3-57; AC 150/5300-15, Use of Value Engineering for Engineering and Design of Airport Grant Projects; and AC 150/5370-10, Standards for Specifying Construction of Airports, contain additional guidance on VE studies. Upon review of the submitted material, The Boundary County Airport may select a consultant based on the submitted material, or reduce the list of applicants to approximately three (3) for oral presentation. A detailed scope of work will be developed with the selected consultant. Firm consulting fees will be negotiated, utilizing an independent cost estimate as necessary, for the services to be performed under an FAA grant as approved by the FAA. This contract is subject to the provisions of Executive Order 11246 (Affirmative Action to Ensure Equal Employment Opportunity) and to the provisions of Department of transportation Regulations 49 CFR Part 26 (Disadvantaged Business Enterprise Participation). DBE firms are encouraged to submit. To be considered for these services, please provide three (3) copies, plus one (1) unbound copy of a Statement of Qualification (SOQ) no later than 5:00 p.m. on or before November 12, 2018. All responses must be submitted in a sealed envelope plainly marked "Statement of Qualifications -Aviation Planning Services." The Statement of Qualifications should not exceed 30 pages. Questions or comments and submittals should be addressed to Boundary County Airport Manager, 64602 Highway 2, Bonners Ferry, ID 83805. BFH Legal 10029 October 25, 2018 November 1, 2018

PUBLIC NOTICE Notice is hereby given that the following locations are designated as polling sites for the Election to be held November 6, 2018 in Bonners Ferry, Idaho, County of Boundary: Precinct Location BF/Kootenai Exhibit Hall at the Fairgrounds (6550 Kootenai St. Bonners Ferry) Copeland Mount Hall School (1275 Highway 1 Bonners Ferry) Moyie Springs Moyie Springs City Hall (3331 Roosevelt Rd.) Naples South Boundary Fire Station #1(20 Stagecoach Rd) North Bonners Ferry Exhibit Hall at the Fairgrounds (6550 Kootenai St. Bonners Ferry) Valley View Exhibit Hall at the Fairgrounds (6550 Kootenai St. Bonners Ferry) The polls will be open from 8:00 a.m. until 8:00 p.m. Any person requiring a special accommodation due to a disability should contact the Clerk's Office at 267-2242 at least five days prior to the election. For further information or any questions regarding this notice, please call the Boundary County Clerk's Office at 267-2242. Glenda Poston Clerk of the District Court BFH Legal 10026 October 25, 2018

NOTICE OF PUBLIC HEARING FOR ESTABLISHING NEW DISPOSAL FEE The County of Boundary is proposing to establish a new fee to be added to the Solid Waste Department's current fee schedule. The purpose of the proposed new fee is to further assist in funding the operation costs, disposal of wood/tire waste, scale system, recycling and site engineering for the Solid Waste Department. If approved, this proposed new fee, highlighted in bold, will be added to the current Solid Waste Department Schedule of Fees adopted on July 30, 2018. All other fees remain the same. ***Boundary County is proposing to establish a new fee, shown below in capital letters, to the Solid Waste Fee Schedule as follows: Brush/Lawn Debris - 6 yds/day at monitored sites (over 6 yds goes to landfill) Fee is 2.5 cents per lb. Brush/Lawn Debris - Landfill 6 yds per day. (Over) Fee of 2.5 cents per lb. ***DEMOLITION/CONSTRUCTION DEBRIS - UP TO 1 YARD PER DAY. EXCESS OF 1 YARD PER DAY IS CHARGED COMMERCIAL FEE RATE. Garbage - Over 6 yds, Fee of 2.5 cents per lb. Commercial/Public Stumps @ 2.5 cents/lb. Concrete @ 5 cents/lb. Small Tires up to 22" @ $2.00 each. Lg Truck (semi) Tires @ $8.00 each. Oversized (Skidder/Tractor) @ $40.00 each. Flip to scale - Charge by the lb. (Commercial) Wood Debris @ 2.5 cents/lb. Yard Debris @ 2.5 cents/lb. Light Demo @ 5 cents/lb. Heavy Demo @ 10 cents/lb. All citizens are invited to attend a public hearing to be held at the office of the Boundary County Commissioners in the Courthouse, 6452 Kootenai St., Rm 28, in Bonners Ferry, Idaho at 10:00 a.m., on Tuesday, November 13, 2018. The purpose of the hearing will be to receive public comment and to explain the reasons for the proposed new solid waste fee. Any person requiring a special accommodation due to a disability condition should contact the Boundary County Clerk at (208) 267-2242. This contact should be made at least two days prior to the hearing. BFH Legal 10032 October 25, 2018 November 1, 2018

The Boundary County School District #101 Board of Trustees declared a vacancy on the board for Trustee Zone 4 at its October 10, 2018 board meeting. Pursuant to ID Code 33-504, the vacancy shall be filled by appointment by the Board of Trustees. The Board will conduct interviews of applicants prior to the appointment. The appointee shall complete the term vacated. There are 1 1/2 years left on the four year term. After the completion of the term the appointee will need to run for election in the Trustee election to be held in November. A complete description of Zone 4 can be seen at the District Office located at 7188 Oak St., Bonners Ferry, Idaho, in the office of the County Clerk or on the District web site at www.bcsd101.com. The Board of Trustees are accepting letters of interest in completing the term for Zone 4 Trustee. The letters need to be turned in at the District Office no later than November 26, 2018. For further information please call 267-3146. BFH Legal 10030 October 25, 2018 November 1, 2018

NOTICE OF PENDING ISSUE OF TAX DEED STATE OF IDAHO COUNTY OF BOUNDARY YOU ARE HEREBY NOTIFIED, AS FOLLOWS: That a delinquent entry was entered as of January 1, 2014 in the records of the COUNTY TREASURER, TAX COLLECTOR OF BOUNDARY COUNTY, STATE OF IDAHO, for the following described properties and that the name of the last known address of the record owners of said properties are as follows: 1 RPB00000226632A TAX 228 SEC 22 T62N R1E GARRETT DENNIS M 6652 CHIPPWEA DRIVE BONNERS FERRY ID 83805 $3,728.44 2 RPB00000226633A TAX 227 SEC 22 T62N RIE GARRETT DENNIS M 6652 CHIPPWEA DRIVE BONNERS FERRY ID 83805 $10,078.98 Said delinquent entries were made in respect of unpaid taxes assessed for the year 2013. Additional cost of advertising and interest will be charged to the date of payment. You are further notified that if said delinquent entry is not redeemed at the Treasurer's Office, Room 27, in the Boundary County Courthouse, I shall make application to the Boundary County Commissioners at a Hearing to be held on November 26, 2018 at 10:00 AM, for a TAX DEED conveying the above described property to Boundary County, State of Idaho, absolute title, free of all encumbrances, except any lien for taxes which may have attached subsequently to the assessment herein above referred to. You are further notified that the record owner or owners or any party of interest as defined by Section 63-1005 Idaho Code may appear in person or by counsel and be heard, and cross examine any evidence appearing therein, and to obtain and present evidence on behalf of said record owner, owners of said party in interest. That all inquired or objections shall be directed concerning this notice and the information contained herein to the Boundary County Treasurer, Boundary County Courthouse, Room 27, P.O. Box 218, Bonners Ferry, ID 83805, Phone 208-267-3291, no later than five (5) days prior to the Hearing date noted above. Susan M Larson Boundary County Treasurer and Ex-officio Tax Collector BFH Legal 10019 October 4, 11, 18, 25, 2018

SUMMONS Case No. CV11-18-0431 IDAHO FIRST JUDICIAL DISTRICT COURT IN AND FOR BOUNDARY COUNTY STIMSON LUMBER COMPANY, an Oregon corporation, Plaintiff, vs. PACK RIVER COMPANY, a dissolved Washington corporation; JOHN C. SIMMONS; JUDITH L. SIMMONS; ERIC DALE UNRUH; CRESSY D. UNRUH; and all other persons unknown, claiming or who might claim any right, title, estate, or interest in, or lien or encumbrance upon, the real property described in the Complaint, or any part thereof, adverse to Plaintiff's ownership, or any cloud upon Plaintiff's title thereto, whether such claim or possible claim be present or contingent, inchoate or accrued, Defendants. THE STATE OF IDAHO SENDS GREETINGS TO THE ABOVE-NAMED DEFENDANTS: PACK RIVER COMPANY, DISSOLVED. ADDRESS UNKNOWN, AND ALL PERSONS UNKNOWN, CLAIMING OR WHO MIGHT CLAIM ANY RIGHT, TITLE, ESTATE, OR INTEREST IN, OR LIEN OR ENCUMBRANCE UPON, THE REAL PROPERTY DESCRIBED IN THE COMPLAINT, OR ANY PART THEREOF, ADVERSE TO PLAINTIFF'S OWNERSHIP, OR ANY CLOUD UPON PLAINTIFF'S TITLE THERETO, WHETHER SUCH CLAIM OR POSSIBLE CLAIM BE PRESENT OR CONTINGENT, INCHOATE OR ACCRUED. NOTICE: YOU HAVE BEEN SUED BY STIMSON LUMBER COMPANY, THE PLAINTIFF, IN THE DISTRICT COURT IN AND FOR BOUNDARY COUNTY, IDAHO, CASE NO. CV11-18-0431. The nature of the claim against you is an action to quiet title to real property located in Boundary County, Idaho, and described as follows: A sixty (60) foot strip of land 30 feet either side of a center line running north and south parallel to and 360 feet east of the west line of the Northeast Quarter of the Northeast Quarter (NE 1/4 NE 1/4 ) of Section Twenty (20), Township Sixty-three (63) North, Range One (1) East, Boise Meridian, Boundary County, Idaho. Any time after 21 days following the last publication of this summons, the court may enter a judgment against you without further notice, unless prior to that time you have filed a written response in the property form, including the Case No., and paid any required filing fee to the Clerk of the Court at P.O. Box 419, 6452 Kootenai St. #22, Bonners Ferry, ID 83805, (208)267-5504, and served a copy of your response on the Plaintiff's attorney at Lindy M. Lauder, Crowley Fleck, PLLP, 305 S. 4th Street East, Suite 100, P.O. Box 7099, Missoula, Montana 59807-7099 (406)523-3600. A copy of the Summons and Complaint can be obtained by contacting either the Clerk of the Court or the attorney for Plaintiff. If you wish legal assistance, you should immediately retain an attorney to advise you in this matter. Dated: October 3, 2018. GLENDA POSTON, CLERK OF COURT Boundary County District Court By: Della Amstrong Deputy Clerk BFH Legal 10021 October 11, 18, 25, November 1, 2018

N O T I C E O F L E T T I N G Sealed proposals will be received by the IDAHO TRANSPORTATION BOARD only at the office of the IDAHO TRANSPORTATION DEPARTMENT, 3311 WEST STATE STREET, BOISE, IDAHO 83703, ATTN: CONTRACTING SERVICES until two o'clock p.m., on November 6, 2018, Idaho Project No. A020(034), in Boundary County, Key No. 20034; for the work of placing a total of 6.99 miles of full width seal coat at the following locations: SH-1, MP 521.76 to MP 522.864 and MP 0 to MP 5.886. [ADDITIONAL INFORMATION CONTACT: RESIDENT ENGINEER ***BEN WARD*** AT (208) 772-1218] Plans, specifications, form of contract, proposal forms, and other information may be obtained from the Idaho Transportation Department website at http://itd.idaho.gov/business/ This contract requires full compliance with Title VI of the Civil Rights Act of 1964, which protects persons from being denied the benefits of or excluded from participation in programs or activities; or subjected to discrimination based on race, color, national origin, sex, age, disability, Limited English Proficiency or economic status. The Contractor is encouraged to utilize the goods and services of disadvantaged firms in accomplishing the tasks or providing the services of this agreement, and to provide equal opportunity to all sub-bidders and suppliers. Dated October 9, 2018 BLAKE RINDLISBACHER, P.E. Engineering Services Division Administrator BFH Legal 10025 October 18, 25, 2018