Legal Notices 4-14
Advertisement for Bids
Kenmare Municipal Airport
Kenmare, North Dakota
AIP NO. 3-38-0029-016-2021
Sealed bids for the construction of
airport improvements for Kenmare
Municipal Airport, Kenmare, North
Dakota will be received by the Ken-
mare Municipal Airport Authority,
Kenmare, North Dakota until 11:00
AM CT on April 21, 2020. All bids
will be publicly opened and read
aloud at the office of KLJ, 4585
Coleman Street, Bismarck, North
Dakota. The Owner will receive mul-
tiple prime bids for general and
electrical construction or any com-
bination thereof.
The bid documents are to be mailed
or delivered to KLJ, ATTN: Shane
Steiner, PE, 4585 Coleman Street,
Bismarck, North Dakota 58503 and
shall be sealed and endorsed, “Air-
port Improvements, Kenmare Muni-
cipal Airport, AIP No 3-38-
0029-016-2021” and shall indicate
the type and number of contractor’s
license.
The proposed work includes the fol-
lowing:
Pavement rehabilitation (seal coat),
crack sealing and new pavement
markings.
Plans and specifications are on file
and may be seen at the office of the
Airport Manager, 520 Central Ave.,
Kenmare, North Dakota and at the
office of KLJ, 4585 Coleman Street,
Bismarck, North Dakota.
Complete digital project bidding do-
cuments are available at www.
kljeng.com “Projects for Bid” or
www.questcdn.com. You may down-
load the digital plan documents for
$21.00 by inputting Quest project #
7608925 on the website’s Project
Search page. Please contact
QuestCDN.com at 952-233-1632 or
info@questcdn.com for assistance
in free membership registration,
downloading and working with this
digital project information. An option
paper set of project documents is
also available for a non-refundable
price of $70.00 per set at KLJ, 4585
Coleman Street/PO Box 1157,
Bismarck, ND 58502 for each set
obtained. Contact KLJ at
701-355-8400 if you have any ques-
tions.
Each bid shall be accompanied by a
separate envelope containing a Bid
Bond in a sum equal to five percent
(5%) of the maximum bid price, exe-
cuted by the Bidder as principal and
by a surety company authorized to
do business in the State of North
Dakota, payable to the Kenmare
Municipal Airport Authority, condi-
tioned that if the principal’s bid be
accepted and the contract awarded
to him, he, within ten (10) days after
Notice of Award has been executed,
will execute and effect a contract in
accordance with the terms of his bid
and a contractor’s bond as required
by law and regulations and determi-
nations of the governing board. The
bid security of the two lowest
bidders will be retained until the No-
tice of Award has been executed,
but no longer than 60 days. The bid
security is a guarantee that the
bidder will enter into contract for
work described in the Proposal.
The Contractor shall also enclose
within the Bid Bond envelope a copy
of the bidder’s North Dakota Con-
tractor’s License or a copy of their
latest renewal certificate issued by
the Secretary of State as per North
Dakota Century Code 43-07-07 and
43-07-12. Any bid not containing this
document shall not be acceptable
and shall be returned to the Bidder.
The successful Bidder will be re-
quired to furnish a Contract Perfor-
mance Bond and Payment Bond in
the full amount of the Contract.
The Kenmare Municipal Airport Au-
thority, Kenmare, North Dakota,
reserves the right to hold all bids for
a period of 60 days after the date
fixed for the opening thereof to reject
any and all bids and waive defects
and to accept any bids should it be
deemed for the public good and also
reserves the right to reject the bid of
any party who has been delinquent
or unfaithful in the performance of
any former contract to the Owner.
The successful Bidder will have to
obtain a statement from the Office of
the State Tax Commissioner show-
ing that all taxes due and owing to
the State of North Dakota have paid
before the contract can be executed.
NOTICE OF REQUIREMENT FOR
AFFIRMATIVE ACTION to EN-
SURE EQUAL EMPLOYMENT OP-
PORTUNITY
1. The Offeror’s or Bidder’s attention
is called to the “Equal Opportunity
Clause” and the “Standard Federal
Equal Employment Opportunity
Construction Contract Specifica-
tions” 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: 3.0%
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 compliance with
the Executive Order and the regula-
tions in 41 CFR Part 60-4 shall be
based on its implementation of the
Equal Opportunity Clause, specific
affirmative action obligations re-
quired by the specifications set forth
in 41 CFR 60-4.3(a) and its efforts to
meet the goals. The hours of minori-
ty and female employment and train-
ing must be substantially uniform
throughout the length of the contract,
and in each trade, and the Contrac-
tor shall make a good faith effort to
employ minorities and women even-
ly on each of its projects. The
transfer of minority or female em-
ployees or trainees from Contractor
to Contractor or from project to pro-
ject for the sole purpose of meeting
the Contractor’s goals shall be a vio-
lation of the contract, the Executive
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 North
Dakota, Ward County, and Ken-
mare.
The Kenmare Municipal Airport Au-
thority, in accordance with the provi-
sions of Title VI of the Civil Rights
Act of 1964 (78 Stat. 252, 42 U.S.C.
Section 2000d to 2000d-4) and the
Regulations, hereby notifies all
bidders or offerors that it will affirma-
tively ensure that any contract en-
tered into pursuant to this advertise-
ment, disadvantaged business en-
terprises 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.
The requirements of 49 CFR part 26
apply to this contract. It is the policy
of the Kenmare Municipal Airport
Authority to practice nondiscrimina-
tion based on race, color, sex, or na-
tional origin in the award or perfor-
mance of this contract. The Owner
encourages participation by all firms
qualifying under this solicitation re-
gardless of business size or owner-
ship.
A full list of Federal Provisions by
which the Bidder must comply, are
incorporated by reference and con-
tained within the specifications.
Federal Contract Provisions are also
available at http://www.faa.gov/
airports/aip/procurement/federal_co
ntract_provisions/ and include the
following:
1. Buy American Preferences – Title
29 USC Section 50101
2. Civil Rights – Title VI Assurances
49 USC Section 47123 and FAA
Order 1400.11
3. Davis Bacon Requirements – 2
CFR Section 200, Appendix II(D)
and 29 CFR Part 5 (Applicable to
contracts exceeding $2,000)
4. Debarment and Suspension – 2
CFR Part 180 (Subpart C), 2 CFR
Part 1200, and DOT Order 4200.5
(Applicable to contracts exceeding
$25,000)
5. Trade Restriction Certification –
49 USC Section 50104 and 49 CFR
Part 30
6. Lobbying Federal Employees –
31 USC Section 1352 – Byrd
Anti-Lobbying Amendment, 2 CFR
Part 200, Appendix II(J), and 49
CFR Part 20, Appendix A (Applica-
ble to contracts exceeding
$100,000)
7. Recovered Materials – 2 CFR
Section 200.322, 40 CFR Part 247,
and Solid Waste Disposal Act (Ap-
plicable to contracts exceeding
$10,000)
Dated this 31 of March 2021.
/s/Mark Gravesen, Chairman
Mark Gravesen, Chairman
Kenmare Municipal Airport Authority
Kenmare, North Dakota
(March 31; April 7-14, 2021)
ADVERTISEMENT FOR BIDS
TGU SCHOOL DISTRICT #60
MECHANICAL UPGRADES
PHASE 2
302 2ND ST SE
TOWNER, ND 58788
Sealed Bids for Single Prime Con-
struction of TGU School District #60,
Mechanical Upgrades – Phase 2 will
be accepted until:
2:00 PM Central Time, Thursday,
April 29, 2021
at the office of Ackerman-Estvold
1907 17th Street SE
Minot, North Dakota
at which time and place the bids will
be opened and read aloud. Propo-
sals received after that time will not
be accepted.
Single Prime Construction Bid: All
Portions of Work – Mechanical,
Electrical, and General Construction.
Bidders may obtain Plans and
Specifications by contacting Sonya
Boykin at Ackerman-Estvold by
phone at 701-837-8737 or by email
at sonya.boykin@ackerman-estvold.
com and requesting a link providing
access to the project documents.
The Construction Documents will be
on file and may be examined at the
Office of Ackerman-Estvold, Minot,
North Dakota and the following
Builders Exchanges: Bismarck-
Mandan, Construction Plans Ex-
change, Dickinson, Fargo, Grand
Forks, Minot, Williston, North Dako-
ta; St. Paul, and Minneapolis, Min-
nesota; Construction Industry
Center, and Sioux Falls Builders Ex-
change, South Dakota.
Any contractor who obtains their
plans from an exchange and wishes
to be added to the official plan hold-
ers list or receive automatic email
notification of Addenda must also re-
gister for the project on
Ackerman-Estvold’s plan room and
download the Project documents as
detailed below or contact the Archi-
tect directly.
Each Bid must be accompanied by a
separate envelope, (attached to the
Bid Envelope) containing a Bid Bond
equal to five percent (5%) of the
amount of the Bid naming TGU
School District #60 as Obligee. The
Contractor shall also enclose within
the Bid Bond Envelope a copy of the
Bidder’s North Dakota Contractor’s
License or a copy of their latest
Renewal Certificate issued by the
Secretary of State as per North
Dakota Century Code 43-07-12. All
Contractors who submit Bids must
hold a North Dakota Contractors
License in the highest amount of
their Bids and such license must
have been in effect at least ten (10)
days prior to the date of the Bid
Opening. Any Bid not containing
these documents shall not be ac-
ceptable and shall be returned to the
Bidder unopened. See AIA Docu-
ment A701-1997 “Instructions to
Bidders” in the Project Manual for
further information.
The Owner reserves the right to re-
ject any or all bids and to waive any
informalities in bidding.
The successful bidder will be re-
quired to furnish a Payment Bond,
Performance Bond, Insurance Cov-
erages and other requirements
stipulated in the Project Manual.
No Bidder may withdraw his Bid
within 30 days of the actual date of
the opening.
A Pre-Bid Conference will be held at
TGU School District #60, 302 2nd St
SE, Towner, ND at 3:30 pm CST on
Tuesday, April 20th, 2021.
Erik Sveet, Superintendent
TGU School District #60
(April 7-14-21, 2021)
NOTICE
Des Lacs Fire Protection District An-
nual Meeting on 4-19-2021 Des
Lacs City Hall. 7 p.m., Business
Meeting and election.
Sec. Alton Nygaard.
(April 14-17, 2021)
NOTICE TO CREDITORS
Case No. 51-2021-PR-00053
IN THE DISTRICT COURT OF
WARD COUNTY, STATE OF
NORTH DAKOTA
In the Matter of the Estate of
Richard Ostby, a/k/a Richard “Dick”
Ostby, Deceased.
NOTICE IS HEREBY GIVEN that
the undersigned has been appointed
personal representative of the above
estate. All persons having claims
against the said deceased are re-
quired to present their claims within
three (3) months after the date of the
first publication or mailing of this no-
tice or said claims will be forever
barred. Claims must either be
presented to Rachelle Schereksy,
personal representative of the
above-named estate, in care of
Louser & Zent, P.C., Town & Coun-
try Center, 1015 South Broadway,
Suite 15, Minot, North Dakota
58701, or filed with the Court.
Dated this 22nd day of March, 2021.
/s/Rachelle Scheresky
Rachelle Scheresky
724 23rd Avenue Northwest
Minot, ND 58703
Diane R. Louser (ID #03882)
LOUSER & ZENT, P.C.
Town & Country Center
1015 South Broadway – Suite 15
Minot, ND 58701
Telephone No. (701) 837-4846
Attorneys for the Personal
Representative
(March 31; April 7-14, 2021)