Notice of Geologic Sequestration Project
Underground Injection Control Permit Application Submitted To The Wyoming Department of Environmental Quality
In accordance with Wyoming Statute, 35-11-313(f)(ii)(N), notice is being provided to inform the public that Frontier Carbon Solutions Holdings LLC has submitted a UIC Class VI (Carbon Sequestration) Permit Application (Facility No.WYS-023-00212) to the Wyoming Department of Environmental Quality for the issuance of seven (7) permits (UIC Class VI Permit Application Nos.: 2024-0116v1.0, 2024-0117v1.0, 2024-0118v1.0, 2024-0119v1.0, 2024-0120v1.0, 2024-121v1.0, 2024-0122v1.0) for its Project Speed Goat located in the: (i) NWSE Section 19, T20N, R112W; (ii) SENE Section 31, T19N, R112W; (iii) SESW Section 3, T20N, R113W; (iv) SESE Section 21, T20, R113W; (v) NESW Section 23, T19N, R113W; (vi) NESW Section 7, T19N, R112W; and (vii) SENE Section 27, T19N, R112W, of the 6th Principal Meridian in Lincoln and Sweetwater Counties, Wyoming. If you have questions, please contact Alicia Summers, Chief Development Officer, Frontier Carbon Solutions Holdings LLC at asummers@frontierccus.com.
A copy of the permit application is available at the Wyoming Department of Environmental Quality website and may be accessed at https://deq.wyoming.gov/water-quality/groundwater/uic/class-vi/.
PUBLISHED: Feb. 25, March 4, 2025 23384
NOTICE OF APPLICATION FOR RENEWAL
OF RETAIL LIQUOR LICENSES
Notice is hereby given that the following have filed for renewal of retail liquor licenses in the office of the Town Clerk, La- Barge, Wyoming for the following described places, and protests if any there be against the renewal of these licenses, will be heard at the hour of 7:00 P.M. on Wednesday, March 19, 2025 at the LaBarge Town Hall. Renewal-Retail Liquor License #1, Judy L. Denison to-wit: Eagle Bar, LLC, Located on Lot 19 of Block 2, in the Town of LaBarge, Lincoln County, Wyoming. Renewal-Retail Liquor License #2, Fast Stop 2233 to-wit: Fast Stop Located on Sec T26N, in the Town of LaBarge, Lincoln County, Wyoming.
PUBLISHED: Feb. 25, March 4, 2025 23385
PUBLIC NOTICE
The Lincoln County Recreation Commission will be accepting
BUDGET REQUESTS
For fiscal year 2025 - 2026
Meeting will be held in Cokeville, WY
March 06, 2025
Cokeville Town Hall
@5:00pm
The members of the commission would appreciate your cooperation in meeting the following guldellnes when requesting funds:
Address - Phone Number - Contact Name - Email
Provide a price break-down for project or item
Requests WILL NOT be accepted after Wednesday March 5th
Requests must be emailed to: oliveoyle28@hotmaiLcom
PUBLISHED: Feb. 25, March 5, 2026 23383
PUBLIC NOTICE
Attend Zoom Meeting and actively participate at:
https://us02web.zoom.us/j/9933449233
Or by dialing: 1 669 900 9128 Meeting ID: 993 344 9233
Dated: February 11, 2025.
PUBLISHED: February 18, 25, 2025 23382
Invitation for Bid –
Kemmerer Municipal Airport
Sealed proposals will be received for the Rehabilitate Runway 16/34 Lights, Signs and Wind Cones project, addressed to the Kemmerer City Hall, Kemmerer Municipal Airport, 220 State Hwy 233, Kemmerer, WY 83101 until 4:00 pm local time on March 12, 2025, and then will be publicly opened and read. Bids received after the time fixed for the opening will not be considered. Proposals can be delivered in person, by USPS, FedEx or UPS. All bids shall be marked “Kemmerer Airport – Rehab. Rwy 16/34 Lights, Signs and Wind Cones – Bid”
A virtual pre-bid meeting will be held online February 25, 2025 at 11:00 am for those interested contractors, subcontractors, and suppliers. Bidders can access the pre-bid zoom meeting with the following link or zoom ID: https://jubengineers.zoom.us/j/5825826666.
The project consists of, but is not limited to, replacing the existing Medium Intensity Runway and Taxiway Light fixtures on top of existing base cans with new LED fixtures and existing lighted Runway/Taxiway Guidance signs with new LED signs on new bases, replacing one primary and one secondary wind cone with new tip-down poles with new foundations, and replacing the existing conductor cables between the light fixtures, signs and wind cones in existing conduits.
Digital Copies of the Bidding Documents (Plans, Contract Documents and Specifications) including any addenda are available at www.questcdn.com Project #9519456. You may download digital copies of the Bidding Documents (including any Addenda) from QuestCDN at www.questcdn.com upon payment of Twenty-five dollars ($25.00). Log on to the website and enter Quest Project #9519456. Should you need assistance with this process, please contact QuestCDN at 952-233-1632. Partial sets of Bidding Documents will not be available from the Issuing Office.
Bids will only be accepted from those registered QuestCDN plan holders who have downloaded a set of Plans and Contract Documents from QuestCDN.com.
All questions regarding this project should be directed to the Project Manager, ksilvester@jub.com.
Each bid must be accompanied by a certified check, cash, cashier’s check, or bid bond in an amount not less than 5% of the total bid.
CIVIL RIGHTS – TITLE VI
Kemmerer City, as managing agent of the Kemmerer Airport Administration, (Kemmerer City) in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 USC §§ 2000d to 2000d-4) and the Regulations, hereby notifies all bidders or offerors that it will affirmatively ensure that for any contract entered into pursuant to this advertisement, businesses, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and no businesses will be discriminated against on the grounds of race, color, national origin (including limited English proficiency), creed, sex (including sexual orientation and gender identity), age, or disability in consideration for an award.
The proposed contract is also under and subject to the following federal clauses:
Affirmative Action,
Government-wide Debarment and Suspension
Government-wide Requirements for Drug-free Workplace
Foreign Trade Restrictions
Buy American Preference
Disadvantage Business Enterprise Requirements as follows:
The Owner’s award of this contract is conditioned upon Bidder satisfying the good faith effort requirements of 49 CFR §26.53.
As a condition of bid responsiveness, the Bidder must submit the following information with their proposal on the forms provided herein:
The names and addresses of Disadvantaged Business Enterprise (DBE) firms that will participate in the contract;
A description of the work that each DBE firm will perform;
The dollar amount of the participation of each DBE firm listed under (1);
Written statement from Bidder or Offeror that attests their commitment to use the DBE firm(s) listed under (1) to meet the Owner’s project goal
Written confirmation from each listed DBE firm that it is participating in the contract in the kind and amount of work provided in the prime contractor’s commitment; and
If Bidder or Offeror cannot meet the advertised project DBE goal, evidence of good faith efforts undertaken by the Bidder or Offeror as described in appendix A to 49 CFR part 26. The documentation of good faith efforts must include copies of each DBE and non-DBE subcontractor quote submitted to the bidder when a non-DBE subcontractor was selected over a DBE for work on the contract.
The successful Bidder must provide written confirmation of participation from each of the DBE firms the Bidder lists in their commitment. This Bidder must submit the DBE’s written confirmation of participation with the proposal documents as a condition of bid responsiveness
All required Federal Clauses including the labor provisions, and wage rates are included in the specifications and bid documents. Each bidder must supply all of the information required by the bid documents and specifications.
This project includes Federal funds and is subject to the wage provisions of Federal Davis-Bacon, and related acts.
Each bidder shall furnish the Statement of Bidders Pre-Qualifications to the OWNER with satisfactory evidence of their competency to perform the work contemplated with the bid.
Kemmerer City reserves the right to reject any and all proposals, waive any informalities, or irregularities, postpone the award of the Contract for a period not to exceed One Hundred Fifty (150) days, and accept the proposal that is in the best interest of Kemmerer City. The award of the Bid is contingent upon the receipt of Federal funding.
Dated this 11th day of February, 2025.
Robert Bowen, Mayor
PUBLISHED: Feb. 11, 18, 25, 2025 23376