Law of November 17, 2021 | Daily International Lake

2021-11-29 03:16:44 By : Ms. Silvia Yu

Qualification request for elevator station bypass and equipment construction project No. 28177 Flathead County Water District No. 1-Evergreen (the district), Flathead County, Montana requires an interest in providing professional engineering qualifications The company, team or consultant provides a sealed qualification package to provide planning, engineering design, preparation of construction drawings and specifications, bid assistance and construction for the development of the bypass pump facilities of the three elevation stations (#2, #15 and #19) in the school district Management services; and the heating equipment building located at the No. 19 elevator station. The school district invites qualified consultants to submit a qualification package based on the scope of work included in this qualification application (RFQ). The school district is not responsible for any oral instructions. Changes to this RFQ will be announced or can be found on the school district website: http://www.evergreenwaterdistrict.com/. The purpose of this document is to provide interested consultants with sufficient information to prepare and submit a Statement of Qualification (SOQ) for consideration by the school district. The school district reserves the right to reject any or all SOQs, waive any informal or irregular behavior in any SOQs received, and reserve the sole judgment on the merits of the corresponding SOQs received. The service provider will be selected based on the capabilities and qualifications demonstrated by the type of service required, after which the school district will negotiate a service agreement with the company it deems the most qualified. Project description and scope of work The school district currently operates a sewage collection system in the Evergreen community, which is divided into 25 separate collection areas. Each collection area is discharged to one of 25 lifting stations (step system), and then gradually pumped to the next downstream collection area until the wastewater reaches the final lifting station, which is Lifting Station 19 (LS#19). LS#19 is the main lifting station of the school district. It eventually pumps all wastewater from the school district to a 14-inch pipe, which is 22,010 feet long, and terminates in Kalispell’s wastewater treatment plan for treatment. A preliminary engineering report (PER) was prepared for the wastewater collection system in the area (completed in October 2021). The report evaluated the penetration and inflow of the entire collection system and evaluated the performance of all lifting stations in the system. situation. PER also evaluated alternatives to bypass pump facilities for three main lifting stations (including LS#2, LS#15 and LS#19). LS #2 was built in 1994 and is located west of Park Avenue and East Cottonwood Drive (127 feet), just off the north shoulder of East Cottonwood Drive. The station currently consists of a circular concrete wet well with a duplex submersible pump, a submersible pressure sensor, a spare low and high level floats, and a circular concrete valve library with a carbon filter. To ventilate the wet well. A backup emergency generator and automatic transfer switch (ATS) provide backup power during a mains power outage. The existing control panels have not been upgraded since 1994, except for Allen Bradley PLC, which was installed by Industrial Process Controls, Inc. in 2006. The design rated capacity of LS#2 is 951 GPM. LS#15 was built in 1994 and is located in the southwest corner of the old Kmart parking lot. The station currently consists of a circular concrete wet well with a duplex submersible pump, a submersible pressure sensor, a spare low and high level floats, and a circular concrete valve library with a carbon filter. To ventilate the wet well. A backup emergency generator and automatic transfer switch (ATS) provide backup power during a mains power outage. The existing control panels have not been upgraded since 1994, except for Allen Bradley PLC, which was installed by Industrial Process Controls, Inc. in 2006. The rated capacity of LS#15 is 842 GPM. LS#19 was built in 1994 and is located south of Subway, next to MT HWY No. 35 (1,260 feet) and just behind Snappy's. The station currently consists of a main wet/dry well configuration with three motors and pumps in the basement of the station. The control device of the station is located on the street level of the building. Wet wells use pressure sensors with spare low-level and high-level floats. A backup emergency generator and automatic transfer switch (ATS) provide backup power during a mains power outage. The existing control panels have not been upgraded since 1994, except for Allen Bradley PLC, which was recently installed by Industrial Process Controls, Inc. The rated capacity of LS#19 is 1,160 GPM, and it operates with a single pump (minimum speed). The SCADA system of the school district continuously receives alarms, pump running time and flow data from LS#19. The warning is transmitted to school district personnel through radio telemetry through the SCADA system. Key project work includes the following projects: Develop new emergency bypass pumping stations for LS#2 and LS#15, including bypass pipes and accessories; portable bypass pumps, which can be deployed at any site, control, electrical modification, generators and Small field repairs. Develop a new emergency bypass pumping station for LS#19, including head and screen, head construction, diversion structure, bypass pumping station, generator, related yard piping, site work and leveling, and electrical improvements. The consultant should coordinate with the school district to determine the scope of the preliminary planning work to review and evaluate the PER's recommendations for bypass facilities and site selection in 2021; and complete the value engineering work based on the PER recommendations. In LS#19 property development heating odor control equipment storage building. The building should be designed according to the dimensions required by the school district and include all civil site, structural, architectural, electrical, and MEP requirements. The final scope of work will be determined during negotiations, but the key tasks will include: Coordinating specific project requirements with school district staff throughout the planning, design, bidding, and construction phases of the project. Complete the planning/value engineering study proposed by PER for LS#19 bypass facilities and site selection in 2021. Agency coordinated assistance. The consultant will help the school district comply with institutional funding requirements, including preparation of school district reimbursement requests, progress reports, monitoring contractors’ reports on current wage compliance, and other required tasks. Part of the funding for the project will come from grants or loans, or both. According to DEQ 2 and other applicable standards and regulations, design bypass pump facilities, including equipment, piping, electrical, control and other on-site improvements, and prepare plans and specifications. The design of the LS#19 heating and odor control equipment storage building, including all on-site civil, structural, architectural, electrical and MEP improvements, meets state and local building standards and codes. The license includes the review and approval of the DEQ plan, and other requirements. Bid assistance, including preparation of bid documents, holding and recording of pre-bid meetings, preparation and delivery of appendices, answering bidders’ questions as needed, opening bids, summarizing and analyzing received bids, proposal for winning bids, preparation for notification of award , The contract and the notice continue. Construction assistance, including construction management and inspections, review of monthly contractor salary requirements, weekly progress reports to the school district, and attendance of district committee meetings as required. Project closure, including the preparation of required certification and record drawings, and operation and maintenance manuals. During negotiations or through contract amendments, additional tasks may be added to the work. Project deliverables are expected to include, but are not limited to, planning/value engineering reports, construction drawings and specifications, record drawings, integration, and other related content, materials and activities. Further deliverables can be negotiated with the scope of the consultant. Submission format and five hard copies of the SOQ and one searchable digital copy of the SOQ must be submitted by 3:00 pm (local time) on December 10, 2021 to: Flathead County Water District No. 1- Evergreen Recipient: Assistant General Manager 130 Nicholson Drive Kalispell, Montana 59901 will receive a reply no later than 3:00 pm (local time) on December 10, 2021. The envelope clearly marked "Elevator Station Bypass and The sealed envelope of “equipment construction project”. Legibility, clarity, and completeness are essential. SOQ must be organized in accordance with this section. The district staff and board members who reviewed the SOQ appreciated the simplicity. The SOQ must not exceed the page limit described below, and the font size should be 11 points or larger. The cover, divider, and table of contents are not included in the number of pages. The key personnel's resume should be included in Appendix A, as described below, not included in the number of pages. When using duplex printing, each side of a page counts as one page. SOQs that exceed the specified number of pages may be considered unresponsive, and SOQ may not be considered. The SOQ should contain at least the following information: the company’s legal name, address, and telephone number; the experience and qualifications of the staff assigned to the job; a description of the company’s previous experience in the Flathead area and experience in similar projects, including The name of the local official who understands the company’s performance (reference); a description of the company’s project team’s current work activities and how these activities will be coordinated with the project, as well as the company’s expected availability and local presence and inspections during the project period; the company’s preliminary work plan, each One team member is responsible. In order to provide a certain degree of consistency when reviewing SOQs, companies are required to prepare their SOQs in accordance with the standard format and key points given below. Letter of introduction (no more than one page, 0 points) If necessary, you can provide a letter of introduction and limit it to one page without scoring. Qualifications of professionals assigned to the project (no more than 5 pages, 25 points) Summarize the consultant team, highlighting their project-related experience, qualifications, and technical capabilities. Briefly describe the experience, qualifications and roles of key members of the consulting team in the project. The resumes of key employees should be provided in Appendix A, but will be scored in this section. Provide an organizational chart of the proposed project team. Indicate the number of projects that will be managed by the project manager and the lead engineer during the time they are assigned to this project. Previous project experience and project examples (no more than 5 pages, 25 points) Provide a description of the project delivered by the project team. The reference scope and scale of the project are similar to this project. Previous experience in the Flathead Valley and near evergreen trees (no more than 2 pages, 15 points) Provides information about past experience working in the area. The current and estimated workload can meet the time and budget requirements (no more than 2 pages, 20 points). Discuss the expected workload of the project manager and chief engineer within the time frame (month, day, year) that the project will take place-month day year). Briefly describe the tools and processes used to manage projects and budgets. Work plan (no more than 2 pages, 15 points) Provide a work plan that includes the proposed work and team management. Appendix A: Resumes of key employees (no page limit, 0 points-points from the above scores) Provide 1 page resume for consultants. The Employee General Information School District can select one or more companies that submitted SOQ as finalists. Finalists may be interviewed to further determine eligibility. A company will be selected to submit the formal scope of services and work costs, and to negotiate a contract with the school district. If an appropriate agreement cannot be reached with the highest-ranking company, the second-ranked company can be invited to submit scope and fee proposals, and the contract can be negotiated with the district, and so on. The school district reserves the right to reject any or all SOQs and republish advertisements, waive any violations in the SOQ, and accept the SOQ that is most beneficial to the school district. The school district reserves the right to negotiate an agreement based on fair and reasonable compensation for the proposed scope of work and services, and the right to reject any and all responses deemed unqualified, unsatisfactory or inappropriate. All SOQs received become the property of the school district. The school district is not responsible for any costs related to the preparation of the SOQ in response to the RFQ. Questions should be sent directly to Rob Collier, Assistant General Manager Flathead County Water District No. 1-Evergreen, 130 Nicholson Drive, Kalispell, MT 59901, 406-257-5861 or rcollier@evergreenwaterdistrict.com excluding dates for advertising and advertising deadlines, The school district reserves the right to modify the timetable without notice. November 17, 24, 2021

No. 28111 notified the Alcoholic Beverage Control Division of the Montana Department of Revenue to announce one (1) Montana All Alcoholic Beverage License "float" to the Columbia Falls Quota Area. The "Floater" license is an all-alcoholic beverage license that can be moved to a new location outside the original quota area. Refer to § 16-4-204, MCA and ARM 42.12.144 for the relevant requirements for transferring licenses between quota zones. The available Montana All Alcoholic Beverage Licenses in the Columbia Falls Quota Area may be located within the company's range of Columbia Falls or within 5 miles of the company's range of Columbia Falls, but not more than the difference between Columbia Falls and Kalispell and Columbia Falls. The borders separated by Whitefish. A map of the Columbia Falls quota area can be found on mtrevenue.gov. According to Part 3, 5 or 6 of Chapter 5 of Title 23, the license does not qualify for the provision of gambling. To enter the competitive bidding process, an individual or business entity must: Comply with all the required bidding procedures of the terms and conditions of the competitive bidding; fill out and electronically submit a competitive bidding form containing your bid amount; from the designated department The irrevocable letter of credit of the financial institution that is the beneficiary shall be at least the bid amount. Competitive tender forms and terms and conditions can be found on mtrevenue.gov. The minimum bid for this license is $200,000. The bidding process will end at midnight Mountain Standard Time on December 2, 2021. The department will notify the highest bid winner. The successful bidder must submit an application for permission within 60 days. problem? Contact (406) 444-6900 October 27, November 3, 10, 17 MNAXLP __________________________

Notification No. 28110 The Alcoholic Beverage Control Division of the Montana Department of Revenue announced the provision of one (1) new original Montana retail local restaurant beer and wine license for the Columbia Falls Quota Area. The available Montana retail local restaurant beer and wine licenses in the Columbia Falls quota area may be located within Columbia Falls’ company or within 5 miles of Columbia Falls’ company, but not more than the combination of Columbia Falls and Kalispell and from White Columbia Falls in Fish. A map of the Columbia Falls quota area can be found on mtrevenue.gov. According to Part 3, 5 or 6 of Chapter 5 of Title 23, the license does not qualify for the provision of gambling. To enter the competitive bidding process, an individual or business entity must: Comply with all the required bidding procedures of the terms and conditions of the competitive bidding; fill out and electronically submit a competitive bidding form containing your bid amount; from the designated department The irrevocable letter of credit of the financial institution that is the beneficiary shall be at least the bid amount. Competitive tender forms and terms and conditions can be found on mtrevenue.gov. The minimum bid for this license is $35,000. The bidding process will end at midnight Mountain Standard Time on December 2, 2021. The department will notify the highest bid winner. The successful bidder must submit an application for permission within 60 days. problem? Contact (406) 444-6900 October 27, November 3, 10, 17 MNAXLP __________________________

Notice 28165 hereby informs that the content of Storage Unit #004 (Katherine Anderson) located at 220 Ridgewood Drive, Kalispell, MT is deemed obsolete. The sale of the content will take place on November 22, 2021. Unless the outstanding balance is paid in full before 5:00 p.m. on November 19, 2021. Bids will be accepted from 1pm to 4pm. Please call 752-0933 to confirm sales or for more information. November 10, 2021

Copyright © 2021 Terms of Use | Privacy Policy 727 East Idaho Kalispell, MT 59901 406-755-7000