Legal Notices 2-4
ADVERTISEMENT FOR BIDS
FOR THE CONSTRUCTION OF
NAWS PIPELINE PROJECT
WATER TRANSMISSION
PIPELINE WESTHOPE TO
SOURIS CORNER SEGMENT
(CONTRACT 2-4B) FOR THE
NORTH DAKOTA STATE WATER
COMMISSION
NOTICE IS HEREBY GIVEN that
the State of North Dakota, acting
through the State Water Commis-
sion, invites and will receive sealed
proposals (bids) up to the hour of
2:00 p.m., local time, on March 5th,
2020, for the furnishing to the State
of North Dakota of all transportation,
labor, materials, tools, equipment,
services, permits, utilities, and other
items necessary to construct said
work, in accordance with the draw-
ings and contract documents on file
in the office the North Dakota State
Water Commission. At said time,
said proposals will be publicly
opened and read aloud in the North
Dakota State Water Commission lo-
cated at:
North Dakota State Water
Commission
State Office Building
900 East Boulevard Avenue
Bismarck, North Dakota 58505-0850
Bids shall conform to and be respon-
sive to the Contract Documents for
the work. The Contract Documents
will be available after February 4th,
2020. Copies of the Contract Docu-
ments will be on file and may be ex-
amined during normal office hours in
the office of the North Dakota State
Water Commission and at the fol-
lowing locations:
Houston Engineering, Inc.
18 3rd Street SE Suite 100
Minot, ND 58701-3700
Telephone (701) 852-7931
Fax (701) 858-5655
The scope of Work generally con-
sists of the following: Mobilization;
72,650 linear feet of 14 inch C900
DR 18 PVC water main; 180 linear
feet of 6 inch C900 DR 18 PVC wa-
ter main; 165 linear feet of 4 inch
C900 DR 18 PVC water main; 580
linear feet of 14 inch C900 DR 18
restrained joint pipe for excavated
coulee and wetland crossings; 5,230
linear feet of 16 inch C900 DR 14
Fusible PVC water main or 18 inch
DR 7 DIPS PE4710 water main in-
stalled by HDD across the J Clark
Salyer National Wildlife Refuge;
1,280 linear feet of 14″ C900 DR 18
restrained joint pipe installed by
HDD or open cut methods across
various coulee and wetland cross-
ings; two (2) Type I (2-Lane) Road
Crossings; nine (9) Type II Road
Crossings; one (1) Type IV Road
Crossing; one (1) Type IV Road and
Enbridge Pipeline Crossing; six (6)
Excavated Road Crossings; NAWS
2-4A System Interconnection; two
(2) combination air release/air vacu-
um valve manhole assemblies; two
(2) air release valve manhole as-
semblies; one (1) rural turnout
meter/control valve manhole assem-
bly; eight (8) gate valves with boxes;
three (3) flush risers; pipeline mark-
ers; erosion control; seeding; remo-
val and replacement of trees; and in-
cidental items. The Contractor will
not perform work or permit the per-
formance of Work by subcontractors
outside regular dusk to dawn work-
ing hours or on Saturdays, Sundays,
or legal State holidays without pro-
viding written notice of proposed
work to the Engineer a minimum of
5 days in advance and contingent on
the Owner’s written consent. The
Owner is not likely to consent to
Work involving pipe production,
backfill, or appurtenance installation.
In accordance with the current Ener-
gy and Water Development Ap-
propriations Act, to the greatest ex-
tent practicable, all equipment and
products purchased for use in this
contract shall be American-made.
Printed copies of plans and specifi-
cations may be obtained following
receipt of payment of $500.00 per
set, non-refundable, or a CD may be
obtained with the documents in elec-
tronic (pdf) format following receipt
of payment of $40 per set, nonre-
fundable, from the following:
Houston Engineering, Inc.
18 3rd Street SE Suite 100
Minot, ND 58701-3700
The contract documents may also
be viewed free of charge online at
www.houstoneng.com, or download-
ed for a fee of $25.00. Please con-
tact us at 701-852-7931 if you have
any questions. The Advertisement
for Bids, Planholders List, Adden-
dums, and Bid Results will be avail-
able from the “Bid Info” link located
on the Houston Engineering, Inc.
web site. Each bid shall be submit-
ted on a form furnished as part of
the contract documents and must be
accompanied by a separate en-
velope containing a Bidder’s Bond
with Acknowledgement of Surety in
an amount not less than 5% of the
full amount of the bid made payable
to the order of or for the benefit of
the North Dakota State Water Com-
mission. The bid bond shall be exe-
cuted by the bidder as principal and
by a surety company authorized to
do business in the State of North
Dakota, conditioned that if the
principal’s Bid be accepted and the
contract awarded to the principal,
within ten (10) days after Notice of
Award, the Principal shall execute a
contract in accordance with the
terms of the bid and contractor’s
performance and payment bonds as
required by law and the regulations
and determinations of the North
Dakota State Water Commission. A
bid submitted without this informa-
tion properly enclosed in the bid
bond envelope shall not be read nor
considered and the envelope shall
be resealed, and bid returned to the
bidder immediately. Each bid shall
be sealed and delivered to the North
Dakota State Water Commission at
the location designated in this notice
for the opening of bids at or before
the time in this notice provided. Un-
less a bidder obtains a contractor’s
license for the full amount of its bid
within twenty days after it is deter-
mined the bidder is the lowest
responsive and responsible bidder,
the bid must be rejected and the
contract awarded to the next lowest,
responsive, responsible, and
LICENSED bidder. Substantial
Completion for all WORK shall be
October 8, 2020. Final Completion
for all WORK shall be November 5,
2020. The State of North Dakota,
acting through the State Water Com-
mission, reserves the right to select
the schedule(s) under which the bids
are to be compared and contract(s)
awarded, to reject any and all bids,
to determine whether a bidder is
responsive and responsible and to
waive any and all irregularities in
any bid. BY THE ORDER OF THE
NORTH DAKOTA STATE WATER
COMMISSION.
Dated: January 29, 2020
/s/ Garland Erbele
Garland Erbele, PE,
Chief Engineer/Secretary
(February 4-11-18, 2020)
ADVERTISEMENT FOR BIDS
MINOT PUBLIC LIBRARY
EXTERIOR RENOVATIONS
Owner: City of Minot
Sealed proposals for Construction of
the Minot Public Library – Exterior
Renovations will be received at City
Hall – City Council Chamber, 515
2nd Avenue SW, Minot, ND 58701,
until 2:00 PM local time on Tuesday,
February 25, 2020 when bids will be
opened and read aloud. The Infor-
mation to Bidders, Form of Bid,
Form of Contract, Form of Perfor-
mance – Payment Bonds, Drawings,
Specifications, addenda, and other
contract documents as prepared by
JLG Architects may be examined at
the following places: The office of
JLG Architects, Minot, North Dakota;
the Builders Exchanges in
Fargo-Moorhead, Grand Forks,
Bismarck-Mandan, Bismarck, Minot
and Dickinson, North Dakota;
Minneapolis/St. Paul, Minnesota;
Construction Connect and McGraw
Hill/FWDodge. Bid Documents are
available to Prime bidders at the of-
fices of JLG Architects, Minot, ND.
Digital copies are available at no
charge and physical copies are
available upon payment of $100.00
for each set. Any unsucccessful
bidder, upon returning such in good
condition within 15 days after the bid
opening, will be refunded their depo-
sit. Each bid must be accompanied
by a separate envelope containing
the contractor’s license and bid
security. The bid security must be in
a sum equal to five percent of the
full amount of the bid and must be in
the form of a bidder’s bond. A
bidder’s bond must be executed by
the bidder as prinicpal and by a
surety, conditioned that if the princi-
pals bid is accepted and the contract
awarded to the principal, the princi-
pal, within ten days after notice of
the award, shall execute a contract
in accordance with the terms of the
bid, the bid bond, and any conditions
of the governing body. Bids shall
comply with North Dakota Century
Code Chapter Å’ 48-01.2 as amend-
ed. If a successful bidder does not
execute a contract within the time al-
lowed, the bidder’s bond shall be
forfeited to the governing body and
the project awarded to the next
lowest responsible bidder. No bidder
may withdraw their bid within 60
days after the actual date of the
opening therof. The Bid Bond of the
the three lowest Bidders for each
contract will be retained until the
contract has been awarded and exe-
cuted, but no longer than sixty (60)
days after the date of the Bid. All
Bidders shall hold a valid North
Dakota Contractor’s license of the
proper class for the full amount of
the bid as required by North Dakota
Law Sections Å’ 43-07-05 and Å’
43-07-12 and shall enclose a copy
of the license or Certificate of
Renewal of the license in the same
envelope as the Bidder’s Bond. A
Contractor shall be the holder of a
license at least ten days prior to the
date set for receiving Bids to be a
qualified Bidder. No bid will be read
or considered which does not fully
comply with the above requirements
as to bond and licenses, and any
deficient bid submitted must be
resealed and returned to the bidders
immediately. Bids shall be in accor-
dance with and submitted on the Bid
form supplied within the Bid Docu-
ments. Failure to do so may result in
rejection of the Bid. The Owner
reserves the right to reject any and
all bids and to waive any formalities
therein, and rebid the project until a
satisfactory bid is received. A
Pre-Bid Conference will be held at
the Minot Public Library, 516 2nd
Avenue SW, Minot, ND on Friday,
February 14, 2020 at 10:00 AM local
time.
(February 4-11-18, 2020)
MINOT PARK DISTRICT CALL
FOR BIDS
Notice is hereby given that sealed
bids will be received by Jarrod A. Ol-
son, Director of Operations, at the
Minot Park District Office, 420 3rd
Ave. SW, PO Box 538, Minot, ND
58702,, until 2pm February 14th,
2020 at which time bids will be
opened and read for furnishing the
Park District with the Following:
These will be individually Bid
pieces of Equipment: 6′ Rotary
Mower, 10′ Rotary Mower,
Tri-Plex Reel Mower, Tri-Plex Ro-
trary Mower
Copies of Specifications may be ob-
tained from the Park District Office
at above address or at
www.minotparks.com. The Board of
Park Commissioners reserves the
right to reject any and all bids and
waive any irregularities therein, and
to award the contract as they deem
to be the best interest of the Minot
Park District. Bidders are invited to
be present at the above-mentioned
time and place for the opening of the
bids. Bids will be presented to the
Minot Park Board of February 18th
at 6:30pm at the Minot Park Board
February Meeting.
Jarrod A. Olson
Director of Operations
Minot Park District
jarrod@minotparks.com
(701) 857-4136 Office
(701) 833-7021 Cell
(January 28; February 4-11, 2020)
NOTICE OF EXECUTION SALE
Civil No. 51-2019-CV-01670
STATE OF NORTH DAKOTA,
COUNTY OF WARD, IN DISTRICT
COURT, NORTH CENTRAL
JUDICIAL DISTRICT
First Western Bank & Trust,
Plaintiff,
vs.
Robert L. Charlebois and Myrtle
Charlebois; ProCollect Services,
LLC; State of North Dakota Depart-
ment of Human Services, Child Sup-
port Program; and all persons unk-
nown, claiming any estate or iterest
in, or lien or encumbrance upon, the
real property described in the com-
plaint;
Defendants.
NOTICE IS HEREBY GIVEN, that
by virtue of a Judgment and decree
of foreclosure rendered and given in
the District Court in and for the
County of Ward, North Dakota,
North Central Judicial District, and
entered and docketed in the Office
of the Clerk of said Court on De-
cember 16, 2019, in an action
wherein First Western Bank & Trust
was the Plaintiff, and Robert L.
Charlebois and Myrtle Charlebois;
ProCollect Services, LLC; State of
North Dakota Department of Human
Services, Child Support Program;
and all persons unknown, claiming
any estate or interest in, or lien or
encumbrance upon, the real proper-
ty described in the complaint were
the Defendants, adjudging that there
was due and owing the Plaintiffs as
of such day from Defendant Robert
L. Charlebois and Myrtle Charlebois,
together with costs and disburse-
ments of said action, the sum of
$104,673.23, which Judgment and
decree among other things directed
the sale by me of the real property
hereinafter described to satisfy the
amount of the Judgment with in-
terest thereon and the costs and ex-
penses of such sale or so much
thereof as the proceeds of the sale
will satisfy, and by virtue of a Special
Execution issued to me by the Clerk
of said Court, I will sell the real pro-
perty described in said Judgment
and hereafter described to the
highest bidder for cash at public
auction at the main entrance of the
Ward County Courthouse located at
315 3rd Street SE, Minot, County of
Ward, North Dakota, on February
26, 2020, at the hour of 10:00 a.m.
CDT of that day to satisfy the
amount due with accrued costs and
interest at the date of sale, or so
much thereof as the proceeds of
said sale applicable thereto will
satisfy. The premises to be sold as
aforesaid are situated in the County
of Ward, State of North Dakota, and
are more particularly described as
follows:
NORTH 24 FEET OF LOT 14 AND
THE SOUTH 56 FEET OF LOT 15,
BLOCK 3, GOHEEN’S ADDITION
TO THE CITY OF MINOT, WARD
COUNTY, NORTH DAKOTA
The failure to include the street ad-
dress in the notice does not affect
the validity of this notice. Please
note the sale is subject to cancella-
tion or postponement.
Dated at Minot, North Dakota this
23rd day of January, 2020.
For:Robert Roed
Sheriff of Ward County,
North Dakota
By:/s/Jamie Williams
Deputy
Jon W. Backes, I.D.# 05071
jbackes@mcgeelaw.com
2400 Burdick Expy East, Suite 100
PO Box 998
Minot, ND 58702-0998
701-852-2544
701-838-4724 (FAX)
Attorneys for First Western Bank &
Trust
(January 28; February 4-11, 2020)
NOTICE TO PREPARE A
PROGRAMMATIC
ENVIRONMENTAL ASSESSMENT
FOR THE AGRICULTURAL
LEASING PROCESS ON THE
FORT BERTHOLD INDIAN
RESERVATION
The United States Bureau of Indian
Affairs (BIA) Great Plains Regional
Office (GPRO) is preparing a pro-
grammatic environmental assess-
ment (PEA) in accordance with the
National Environmental Policy Act of
1969 (NEPA) and the Council on
Environmental Quality regulations
(40 Code of Federal Regulations
[CFR]1500-1508), for the continua-
tion of the BIA’s agricultural leasing
process, pursuant to 25 CFR Part
162 Subpart B, on trust lands locat-
ed within the exterior boundaries of
the Fort Berthold Indian Reservation
(Reservation) in North Dakota. The
PEA will analyze the potential im-
pacts associated with the BIA’s con-
tinued approval of agricultural leases
within the exterior boundaries of the
Reservation. Approximately 247
agricultural leases are currently in
place, comprising approximately
27,868 acres. Please note that no
agricultural leases would be ap-
proved without the Three Affiliated
Tribe’s consent. Additionally, the
PEA will not analyze agricultural
lease rental rates, the appraisal pro-
cess for allotted lands, and/or the
selection process for awarding agri-
cultural leases. The BIA is seeking
your input as part of the NEPA scop-
ing process. Comments might in-
clude reasonable alternatives, miti-
gation measures, probable or possi-
ble adverse impacts, and other con-
siderations. The public comment
period will begin on January 21,
2020. The BIA will accept written
comments until close of business
February 20, 2020. Please include
the “Fort Berthold Indian Reserva-
tion Agricultural Leasing PEA” in the
subject line of any correspondence.
Comments should be submitted via
email or post delivery to the en-
vironmental consultant assisting the
BIA with the development of the
PEA:
Ms. Juli Anna McNutt
C&C Environmental, Inc.
P.O. Box 654
Evansville, Wyoming 82636
Juliannamcnutt@outlook.com
(January 21; February 4, 2020)