Legal Notices 2-7
ADVERTISEMENT FOR BIDS
Separate sealed bids for the con-
struction of General Aviation Apron
Reconstruction, according to the
drawings and specifications on file at
the office of the Minot Airport will be
received by the Minot City Clerk at
City of Minot, 515 2nd Ave SW,
Minot, North Dakota until 10:30 AM,
February 28, 2020 and then at said
office publicly opened and read
aloud. The Contract Documents
may be examined during business
hours at the following locations:
Ulteig Engineers, Inc. 3350 – 38th
Avenue South, Fargo, ND
58104-7079
Copies of the Contract Documents
may be obtained through
QuestCDN.com #6697956 for
$25.00 or at the office of Ulteig En-
gineers, Inc. located at 3350 38th
Avenue South, Fargo, ND, upon
payment of $250.00 for each set.
Payment will not be refunded. Bids
shall be upon the basis of cash pay-
ment for the reconstruction of the
general aviation apron at the Minot
International Airport. Each Bid shall
be accompanied by a separate en-
velope containing a Bidder’s Bond in
a sum equal to five percent of the
full amount of the Bid, executed by
the Bidder as principal and by a
surety company authorized to do
business in this state, conditioned
that if the principal’s Bid be accepted
and the contract awarded to him, he,
within -ten days after Notice of
Award, will execute and effect a con-
tract in accordance with the terms of
his Bid and a Contractor’s Bond as
required by law and the regulations
and determinations of the governing
board. If the successful bidder does
not execute a contract within the fif-
teen days allowed, the bidder’s bond
must be forfeited to the governing
body and the project awarded to the
next lowest responsible bidder. The
Bid Bond of the three lowest Bidders
will be retained until the contract has
been awarded and executed, but no
longer than sixty (60) days. The Bid
security is a guarantee that the
Bidder will enter into contract for the
work described in the Proposal. All
Bidders shall hold a valid North
Dakota Contractor’s license of the
proper class 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 must be the holder of a
license at least ten days prior to the
date set for receiving Bids to be a
qualified Bidder. The successful
Bidder will be required to furnish
Contract Performance and Payment
Bonds in the full amount of the con-
tract. No Bid will be read or con-
sidered which does not fully comply
with the above provisions as to Bond
and licenses, and any deficient Bid
submitted will be resealed and re-
turned to the Bidder immediately.
The governing body reserves the
right to reject any and all bids and
rebid the project until a satisfactory
bid is received. Required Federal
Provisions:
1.Requirement for Affirmative Ac-
tion to Ensure Equal Employment
Opportunity:
1.The Offeror’s or Bidder’s attention
is called to the “Equal Opportunity
Clause” and the “Standard Federal
Equal Employment Opportunity
Construction Contract Specifications
” set forth herein.
2.The goals and timetables for
minority and female participation,
expressed in percentage terms for
the Contractor’s aggregate work-
force in each trade on all construc-
tion work in the covered area, are as
follows:
Timetables
Goals for minority participation for
each trade: 4.4%
Goals for female participation in
each trade: 6.9%
These goals are applicable to all of
the Contractor’s construction work
(whether or not it is Federal or
federally assisted) performed in the
covered area. If the Contractor per-
forms construction work in a geo-
graphical area located outside of the
covered area, it shall apply the goals
established for such geographical
area where the work is actually per-
formed. With regard to this second
area, the Contractor also is subject
to the goals for both its federally in-
volved and non-federally involved
construction. The Contractor’s com-
pliance with the Executive Order and
the regulations in 41 CFR Part 60-4
shall be based on its implementation
of the Equal Opportunity Clause,
specific affirmative action obligations
required by the specifications set
forth in 41 CFR 60-4.3(a) and its ef-
forts to meet the goals. The hours of
minority and female employment
and training must be substantially
uniform throughout the length of the
contract, and in each trade, and the
Contractor shall make a good faith
effort to employ minorities and wom-
en evenly on each of its projects.
The transfer of minority or female
employees or trainees from Con-
tractor to Contractor or from project
to project for the sole purpose of
meeting the Contractor’s goals shall
be a violation of the contract, the Ex-
ecutive Order and the regulations in
41 CFR Part 60-4. Compliance with
the goals will be measured against
the total work hours performed.
3.The Contractor shall provide writ-
ten notification to the Director of the
Office of Federal Contract Compli-
ance Programs (OFCCP) within 10
working days of award of any con-
struction subcontract in excess of
$10,000 at any tier for construction
work under the contract resulting
from this solicitation. The notification
shall list the name, address, and
telephone number of the subcon-
tractor; employer identification
number of the subcontractor; es-
timated dollar amount of the subcon-
tract; estimated starting and comple-
tion dates of the subcontract; and
the geographical area in which the
subcontract is to be performed.
4.As used in this notice and in the
contract resulting from this solicita-
tion, the “covered area” is Minot,
North Dakota, Ward County.
2.Buy American Preference
The Contractor agrees to comply
with 49 USC Å’ 50101, which pro-
vides that Federal funds may not be
obligated unless all steel and
manufactured goods used in AIP
funded projects are produced in the
United States, unless the Federal
Aviation Administration has issued a
waiver for the product; the product is
listed as an Excepted Article, Materi-
al Or Supply in Federal Acquisition
Regulation subpart 25.108; or is in-
cluded in the FAA Nationwide Buy
American Waivers Issued list. A
bidder or offeror must complete and
submit the Buy America certification
included in the bid proposal with
their bid or offer. The Owner will re-
ject as nonresponsive any bid or
offer that does not include a com-
pleted Certificate of Buy American
Compliance.
3.Civil Rights – Title VI Assurance
The Minot Airport, in accordance
with the provisions of Title VI of the
Civil Rights Act of 1964 (78 Stat.
252, 42 USC Å’Å’ 2000d to 2000d-4)
and the Regulations, hereby notifies
all bidders or offerors that it will affir-
matively ensure that any contract
entered into pursuant to this adver-
tisement will be afforded full and fair
opportunity to submit bids in
response to this invitation and will
not be discriminated against on the
grounds of race, color, or national
origin in consideration for an award.
4.Debarment and Suspension
By submitting a bid/proposal under
this solicitation, the bidder or offeror
certifies that neither it nor its princi-
pals are presently debarred or
suspended by any Federal depart-
ment or agency from participation in
this transaction.
5.Disadvantaged Business
Enterprise
The Owner’s award of this contract
is conditioned upon Bidder or Of-
feror satisfying the good faith effort
requirements of 49 CFR Å’26.53. As
a condition of bid responsiveness,
the Bidder or Offeror must submit
the following information with its pro-
posal on the forms provided herein:
1)The names and addresses of
Disadvantaged Business Enterprise
(DBE) firms that will participate in
the contract;
2) A description of the work that each
DBE firm will perform;
3)The dollar amount of the participa-
tion of each DBE firm listed under
(1)
4)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;
and
5)If Bidder or Offeror cannot meet
the advertised project DBE goal, evi-
dence of good faith efforts under-
taken by the Bidder or Offeror as
described in appendix A to 49 CFR
part 26.
The requirements of 49 CFR part 26
apply to this contract. It is the policy
of the Minot Airport to practice non-
discrimination based on race, color,
sex, or national origin in the award
or performance of this contract. The
Owner encourages participation by
all firms qualifying under this solicita-
tion regardless of business size or
ownership.
6.Federal Fair Labor Standards
Act (Federal Minimum Wage)
All contracts and subcontracts that
result from this solicitation incor-
porate by reference the provisions of
29 CFR part 201, the Federal Fair
Labor Standards Act (FLSA), with
the same force and effect as if given
in full text. The FLSA sets minimum
wage, overtime pay, recordkeeping,
and child labor standards for full and
part-time workers. The Contractor
has full responsibility to monitor
compliance to the referenced statute
or regulation. The Contractor must
address any claims or disputes that
arise from this requirement directly
with the U.S. Department of Labor –
Wage and Hour Division.
7.Trade Restriction
By submission of an offer, the Of-
feror certifies that with respect to this
solicitation and any resultant con-
tract, the Offeror –
1)is not owned or controlled by one
or more citizens of a foreign country
included in the list of countries that
discriminate against U.S. firms as
published by the Office of the United
States Trade Representative
(USTR);
2)has not knowingly entered into any
contract or subcontract for this pro-
ject with a person that is a citizen or
national of a foreign country includ-
ed on the list of countries that
discriminate against U.S. firms as
published by the USTR; and
3)has not entered into any subcon-
tract for any product to be used on
the Federal project that is produced
in a foreign country included on the
list of countries that discriminate
against U.S. firms published by the
USTR.
This certification concerns a matter
within the jurisdiction of an agency
of the United States of America and
the making of a false, fictitious, or
fraudulent certification may render
the maker subject to prosecution
under Title 18 USC Section 1001.
The Offeror/Contractor must provide
immediate written notice to the Own-
er if the Offeror/Contractor learns
that its certification or that of a sub-
contractor was erroneous when sub-
mitted or has become erroneous by
reason of changed circumstances.
The Contractor must require sub-
contractors provide immediate writ-
ten notice to the Contractor if at any
time it learns that its certification was
erroneous by reason of changed cir-
cumstances. Unless the restrictions
of this clause are waived by the
Secretary of Transportation in accor-
dance with 49 CFR 30.17, no con-
tract shall be awarded to an Offeror
or subcontractor:
1)who is owned or controlled by one
or more citizens or nationals of a
foreign country included on the list of
countries that discriminate against
U.S. firms published by the USTR or
2)whose subcontractors are owned
or controlled by one or more citizens
or nationals of a foreign country on
such USTR list or
3)who incorporates in the public
works project any product of a
foreign country on such USTR list.
Nothing contained in the foregoing
shall be construed to require estab-
lishment of a system of records in
order to render, in good faith, the
certification required by this provi-
sion. The knowledge and informa-
tion of a contractor is not required to
exceed that which is normally pos-
sessed by a prudent person in the
ordinary course of business deal-
ings. The Offeror agrees that, if
awarded a contract resulting from
this solicitation, it will incorporate
this provision for certification without
modification in all lower tier sub-
contracts. The Contractor may rely
on the certification of a prospective
subcontractor that it is not a firm
from a foreign country included on
the list of countries that discriminate
against U.S. firms as published by
USTR, unless the Offeror has
knowledge that the certification is er-
roneous. This certification is a ma-
terial representation of fact upon
which reliance was placed when
making an award. If it is later deter-
mined that the Contractor or subcon-
tractor knowingly rendered an er-
roneous certification, the Federal
Aviation Administration (FAA) may
direct through the Owner cancella-
tion of the contract or subcontract for
default at no cost to the Owner or
the FAA. The work on the improve-
ment is to be entirely completed
within the working days allotted.
Dated this 31st day of January, 2020
/s/Kelly Matalka
Kelly Matalka, City Clerk
City of Minot
(February 7-14-21, 2020)
NOTICE
Located at Ole Olson’s Towing 420
41st St SE Minot 701-852-2525. The
owner, lien holder and second par-
ties have the right to reclaim said
vehicle; failure to reclaim said vehi-
cle will be deemed a waiver of all
rights, title, and interest in the vehi-
cle consenting to the disposal of the
vehicle pursuant to North Dakota
Century Code Chapter 39-26-08.
Location and Date of Impound incl
1998 Toyota Avalon
4T1BF18B0WU260544
8600 37th Ave SE 09/26/19
2016 GMC Sierra 3500
1GT42YE81GF124178
Carpio Cenex 01/08/20
(February 7, 2020)
NOTICE
Notice is hereby given to the assets
holders of Federal Land Bank of St.
Paul, MN for the mineral rights on
Township 151N, Range 86W, Sec
18:SE1/4 that a statement of suc-
cession is being filed for the
recovery of mineral rights to the sur-
face holders, Robert C. Berry, Cody
WY and Thomas W. Berry of
Catskill, NY.
(February 7-14-21, 2020)
NOTICE OF EXECUTION SALE
IN DISTRICT COURT, WARD
COUNTY, NORTH DAKOTA
Civil No. 51-2018-CV-02159
The Industrial Commission of North
Dakota, acting as the North Dakota
Housing Finance Agency,
Plaintiff,
vs.
Blake A. Parisien; Ashley M. Par-
isien; any other person in posses-
sion; and North Dakota Department
of Human Service Child Support
Division;
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, en-
tered and docketed in the Office of
the Clerk of said Court on January 2,
2020, in an action wherein The In-
dustrial Commission of North Dakota
acting as the North Dakota Housing
Finance Agency, was Plaintiff and
Blake A. Parisien; Ashley M. Par-
isien; any other person in posses-
sion and North Dakota Department
of Human Service Child Support En-
forcement Division; were the De-
fendants; on which day it was ad-
judged that there was due and ow-
ing the Plaintiff from the Defendants,
Blake A. Parisien and Ashley M.
Parisien; together with costs and
disbursements of said action, the
sum of $107,639.00, and by virtue of
a Special Execution issued to me by
the Clerk of said Court, I will sell the
real property described in said judg-
ment and hereafter described to the
highest bidder for cash at public
auction at the front door of the
Courthouse in the City of Minot,
County of Ward, North Dakota, on
March 18, 2020, at the hour of 10:00
a.m. 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:
Lot 4, Block 3, Roach’s Second
Addition to the City of Minot,
Ward County, North Dakota.
(Street Address: 707 10th Street
NE, Minot, ND 58703)
Dated at Minot, North Dakota, this
3rd day of February, 2020.
Robert Roed
Sheriff of Ward County,
North Dakota
By:/s/Jamie Williams
Lieutenant Jamie Williams
Dean A. Rindy ND ID# 04206
Special Assistant Attorney General
Attorney for Plaintiff
720 Main Avenue
Fargo, ND 58103
701.235.8000
dean@okeeffeattorneys.com
(February 7-14-21, 2020)
NOTICE OF SALE
Civil No. 51-2019-CV-00638
Notice is hereby given that by virtue
of a judgment of foreclosure by the
District Court the NORTH CENTRAL
JUDICIAL DISTRICT in and for the
County of Ward and State of North
Dakota, and entered and docketed
in the Office of the Clerk of said
Court on November 15, 2019 in an
action wherein Wells Fargo Bank,
N.A. was Plaintiff and Amy N.
Reiter; Any Person In Possession;
Unifund CCR, LLC; ProCollect Ser-
vices LLC; Credit Collections
Bureau; Affinity First Federal Credit
Union; The United States of America
acting by and through the Secretary
of Housing and Urban Development;
were Defendants, in favor of Plaintiff
and against the Defendants for the
sum of $154,752.35, which judg-
ment and decree, among other
things, direct the sale by me of the
real property hereinafter described,
to satisfy the amount of said judg-
ment, with interest thereon and the
costs and expenses of such sale, or
so much thereof as the proceeds of
said sale will satisfy; and by virtue of
a writ issued to me out of the office
of the Clerk of said Court, I as Sher-
iff of Ward County, North Dakota,
will sell the property described in the
Judgment to the highest bidder for
cash at public auction at the front
door of the Courthouse in the Coun-
ty of Ward and State of North Dako-
ta, on March 11, 2020, at 10:00 AM,
to satisfy the amount due, with in-
terest thereon, and the costs and ex-
penses of such sale, or so much
thereof as the proceeds of such sale
will satisfy. The property to be sold
is situated in the County of Ward
and State of North Dakota and
described as follows:
Lot 1, Leier Second Addition to
the City of Minot, Ward County,
North Dakota.
If the sale is set aside for any rea-
son, the Purchaser at the sale shall
be entitled only to a return of the
deposit paid. The purchaser shall
have no further recourse against the
Mortgagor, the Mortgagee or the
Mortgagee’s attorney. IN TES-
TIMONY WHEREOF, I have
hereunto set my hand and seal this
20th day of January, 2020.
For: Robert Roed
Sheriff of Ward County,
North Dakota
By:/s/Jamie Williams
Deputy
MACKOFF KELLOGG LAW FIRM
38 Second Avenue East
Dickinson, ND 58601
Attorneys for Plaintiff
51-2019-CV-00286
(February 7-14-21, 2020)
NOTICE TO CREDITORS
Probate No. 51-2020-PR-00004
IN THE DISTRICT COURT OF
WARD COUNTY, STATE OF
NORTH DAKOTA
In the Matter of the Estate of
Elvina L. Rockeman, Deceased.
NOTICE IS HEREBY GIVEN that
the undersigned have been appoint-
ed co-personal representatives of
the above estate. All persons having
claims against the said deceased
are required to present their claims
within three months after the date of
the first publication or mailing of this
notice or said claims will be forever
barred. Claims must either be
presented to Mark A. Rockeman and
Karl H. Rockeman, Co-Personal
Representatives of the estate, at
2525 Elk Drive, P. O. Box 1000,
Minot, ND 58702-1000, or filed with
the Court.
Dated this 20th day of January,
2020.
/s/Mark A. Rockeman
Mark A. Rockeman
/s/Karl H. Rockeman
Karl H. Rockeman
Carol K. Larson – #04406
PRINGLE & HERIGSTAD, P. C.
2525 Elk Drive
P. O. Box 1000
Minot, ND 58702-1000
clarson@pringlend.com
Attorney’s for:
Co-Personal Representatives
(January 24-31; February 7, 2020)
NOTICE TO CREDITORS
Probate No. 51-2020-PR-00014
IN THE DISTRICT COURT OF
WARD COUNTY, STATE OF
NORTH DAKOTA
In the Matter of the Estate of
Irene C. Lee, Deceased.
NOTICE IS HEREBY GIVEN that
the undersigned have been appoint-
ed personal representative of the
above estate. All persons having
claims against the said deceased
are required to present their claims
within three months after the date of
the first publication or mailing of this
notice or said claims will be forever
barred. Claims must either be
presented to Charlene Walter, Per-
sonal Representative of the estate,
at 2525 Elk Drive, P. O. Box 1000,
Minot, ND 58702-1000, or filed with
the Court.
Dated this 3rd day of February,
2020.
/s/Charlene Walter
Charlene Walter
Carol K. Larson – #04406
PRINGLE & HERIGSTAD, P. C.
2525 Elk Drive
P. O. Box 1000
Minot, ND 58702-1000
clarson@pringlend.com
Attorney’s for:
Personal Representative
(February 7-14-21, 2020)
REQUEST FOR PROPOSALS
2020 & 2021 HOUSEHOLD
HAZARDOUS WASTE
PROGRAM/PROJECT #4514
MINOT, NORTH DAKOTA
Notice is hereby given that the City
Council of the City of Minot, North
Dakota, will receive sealed propo-
sals for the performance of the City’s
2020 & 2021 Household Hazardous
Waste Program, at the office of the
City Clerk, 515 2nd Ave SW, Minot,
ND 58701 until 11:00 A.M., Local
Time, Tuesday, February 25, 2020
at which time proposals will be pub-
licly opened and read in the Council
Chambers. All proposals must be
submitted, and all work shall be per-
formed in full and strict compliance
with:
1.The contract documents for the
2020 & 2021 Household Hazardous
Waste Program.
Copies of the Contract Documents
and proposal forms may be obtained
from the City of Minot’s Public
Works Office, 1025 31st St SE,
Minot, North Dakota, the City of
Minot website www.minotnd.org, or
by calling 857-4140. The program
shall consist of the collection, pack-
aging, transportation and disposal of
household hazardous waste and
e-waste. All proposals are to be sub-
mitted on the basis of cash payment
for the work and materials, and are
to be enclosed in a sealed envelope
addressed to the undersigned City
Clerk and shall be executed by the
bidder as principal, and by a surety
company authorized to do business
in North Dakota, as a guarantee that
the bidder will enter into a contract
for performance of such work in
case the contract is awarded to it.
All bid security shall comply with
North Dakota State Law. There shall
be endorsed upon the outside of the
bid envelope, the following:
1.”Proposal for 2020 & 2021 House-
hold Hazardous Waste Program/
Project #4415″
2.The name of the person, firm or
corporation submitting the bid.
The City Council reserves the right
to hold proposals for thirty days, to
reject all proposals and to waive any
informality in any proposal.
Kelly Matalka, City Clerk
(February 7-14, 2020)
SUMMONS
Real Estate Mortgage Foreclosure
Honorable Gary R. Sharpe
Case Code: 30404
Case No: 2019-CV-000546
STATE OF WISCONSIN, CIRCUIT
COURT, FOND DU LAC COUNTY
NewRez, LLC d/b/a Shellpoint
Mortgage Servicing
55 Beattie Place
Greenville, SC 29601,
Plaintiff,
vs.
Christine A Zuraff
265 17th Street
Fond Du Lac, WI 54935
Daniel G. Zuraff
1909 31st Avenue SW, Apt. 422
Minot, ND 58701
Unknown Spouse of Daniel G. Zuraff
1909 31st Avenue SW, Apt. 422
Minot, ND 58701,
Defendants.
THE STATE OF WISCONSIN To
the following party named as a de-
fendant herein: Daniel G. Zuraff and
Unknown Spouse of Daniel G. Zu-
raff. You are hereby notified that the
plaintiff named above has filed a
lawsuit or other legal action against
you. The Complaint, which is also
served upon you, states the nature
and basis of the legal action. Within
40 days after February 7, 2020, you
must respond with a written answer,
as that term is used in Chapter 802
of the Wisconsin Statutes, to the
complaint. The Court may reject or
disregard an answer that does not
follow the requirements of the sta-
tutes. The answer must be sent or
delivered to the Court, whose ad-
dress is:
Fond du Lac County WI Clerk of
Circuit Court
2nd Floor, City/County
Government Center
160 S. Macy St.
Fond du Lac, Wi 54935
and to Kelly M. Smith/Phillip A. Nor-
man, P.C., plaintiff’s attoney, whose
address is:
Phillip A. Norman, P.C.
17035 W. Wisconsin Ave., Suite 150
Brookfield, WI 53005
You may have an attorney help or
represent you. If you do not provide
a proper answer within 40 days, the
court may grant judgment against
you for the award of money or other
legal action requested in the com-
plaint, and you may lose your right
to object to anything that is or may
be incorrect in the complaint. A judg-
ment may be enforced as provided
by law. A judgment awarding money
may become a lien against any real
estate you own now or in the future,
and may also be enforced by gar-
nishment or seizure of property.
Dated this 29th day of January,
2020.
/s/Kelly M. Smith
Kelly M. Smith
Phillip A. Norman, P.C.
State Bar No. 1067970
17035 W. Wisconsin Ave., Suite 150
Brookfield, WI 53005
262-314-6564
19-01069
Phillip A. Norman, P.C. is the
creditor’s attorney and is attempting
to collect a debt on its behalf. Any
information obtained will be used for
that purpose.
(February 7, 2020)