×

Legal Notices 4-16

ADVERTISEMENT FOR BIDS

CITY OF NEW TOWN

10th Street N. Improvements

NOTICE IS HEREBY GIVEN that

the City of New Town will receive

sealed Bids for the construction of

the 10th Street N Improvements, at

the New Town City Hall conference

room, 103 Soo Place, PO Box 309,

New Town, ND 58763 until 11:00

AM Friday, April 23rd, at which time

all Bids will be publicly opened and

read aloud.

All Bids must be submitted, and all

work shall be done, in full and strict

compliance with:

1. The Plans & Contract Documents

for this project;

2. Any Special Conditions for this

project;

3. NDDOT Standard Specifications

for Road and Bridge Construction;

Complete digital project bidding do-

cuments are available at www.

ackerman-estvold.com/projects or

www.questcdn.com. You may down-

load the digital plan documents for

$50 by inputting Quest project

#7684968 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-

al paper set of project documents is

also available for a nonrefundable

price of $100 per set. Make checks

payable to Ackerman-Estvold and

send it to 1907 17th Street SE,

Minot, ND 58701. Potential bidders

may contact Ackerman-Estvold at

(701) 837-8737 with any questions.

Generally, the Work covered by the

Plans and Specifications for the 10th

Street N Improvements consists of

the materials, labor, tools, and

equipment required for topsoil strip-

ping, excavation and embankment

work, 2900 SY of Cement Stabilized

Subgrade, 1100 Ton of Aggregate

Base, 600 Ton of FAA 43 Super-

pave Hot Mix Asphalt, 100 SY 6″

Reinforced Concrete Pavement, 730

SY Concrete Sidewalk, Curb &

Gutter and other incidentals as iden-

tified in the Plans and Specifications.

A bid alternate will be available that

removes the Cement Stabilized

Subgrade and includes an additional

1100 Ton of Aggregate Base.

All Bids are to be submitted on the

basis of cash payment for the Work

and Materials, and are to be en-

closed in a sealed envelope ad-

dressed to the City of New Town,

PO Box 309, accompanied by a

separate envelope containing a

Bidder’s Bond in the sum equal to

5% of the full amount of the Bid, ex-

ecuted by the Bidder as Principal,

and by a Surety, conditioned that if

the Principal’s Bid is accepted and

the contract awarded to the Princi-

pal, the Principal, within ten days

after notice of award, shall execute a

Contract in accordance with the

terms of the Bid and Performance

and Payment Bonds as required by

the law and the regulation and deter-

minations of the Owner. If a suc-

cessful bidder does not execute a

contract within the ten days allowed,

the bidder’s bond must be forfeited

to the City of New Town and the pro-

ject will be awarded to the next

lowest responsible bidder. Bidder’s

shall be licensed for the full amount

of the Bid, as required by Sections

43-07-05 and 43-07-12 of the North

Dakota Century Code. A copy of the

Bidder’s Contractor’s License or

License Renewal must be included

in the Bid Bond envelope.

No Bid may be read or considered if

it does not fully comply with the re-

quirements of Section 48-01.2-05 of

the North Dakota Century Code.

Any deficient Bid received will be

resealed and returned to the Bidder

immediately.

The Owner reserves the right to hold

all Bids for 30 days, to reject any or

all Bids and to waive any informality

or irregularity in any Bid.

There shall be endorsed upon the

outside of the envelope containing

the Bid, the following:

1. “10th Street N Improvements”

2. The name of the person, firm, cor-

poration, or joint venture submitting

the Bid.

3. Acknowledgement of Addendum,

if any.

4. The Bidder’s Contractor’s License

or Contractor’s License Renewal

Number.

The Work will be substantially com-

plete on or before August 27, 2021

and will be completed and ready for

final payment in accordance with

Paragraph 15.06 of the General

Conditions on or before October 1,

2021. If the work is not completed by

the times listed above the liquidated

damages will start and continue until

work is completed.

By order of the City Council of the

City of New Town, North Dakota.

Dated this 29th day of March, 2021.

/s/Eileen Zaun

City Auditor

(April 2-9-16, 2021)

ADVERTISEMENT FOR BIDS

City of Velva, North Dakota

Goldade Lift Station Replacement

NOTICE IS HEREBY GIVEN that

the City of Velva, North Dakota will

receive sealed Bids for the con-

struction of GOLDADE LIFT STA-

TION REPLACEMENT, at the Velva

City Hall, 101 1st St W, Velva, North

Dakota, until 11:00 AM Monday,

April 26, 2021, at which time all Bids

will be publicly opened and read

aloud.

All Bids must be submitted, and all

work shall be done, in full and strict

compliance with:

1. The Plans & Contract Documents

for this project;

2. Any Special Conditions for this

project;

Project bidding documents are avail-

able for examination and/or $100

purchase Monday through Friday

from 8:00 am to 12:00 pm and 1:00

pm to 5:00 pm at the office of

Ackerman-Estvold, 1907 17th Street

SE, Minot, ND 58701. Complete di-

gital project bidding documents are

available at www.ackerman-

estvold.com/projects or www.quest

cdn.com. You may download the di-

gital plan documents for $50 by in-

putting Quest project #7718033 on

the website’s Project Search page.

Please contact QuestCDN.com at

952-233-1632 or info@quest

cdn.com for assistance in free

membership registration, download-

ing, and working with this digital pro-

ject information. Potential bidders

may contact Ackerman-Estvold at

(701) 837-8737 with any questions.

Generally, the Work covered by the

Plans and Specifications for the Gol-

dade Lift Station Replacement con-

sists of the materials, labor, tools,

and equipment required for the con-

struction a sanitary sewer lift station.

The Work includes the removal and

replacement of a sanitary sewer lift

station, two sanitary manholes, ap-

proximately 110 LF of gravity sani-

tary sewer, and approximately 65 LF

of sanitary sewer force main. The

Work shall also include the removal

and replacement of approximately

50 LF of curb & gutter, 35 SY of con-

crete sidewalk, 190 SY of asphalt

pavement, and other incidentals as

necessary to complete the project.

Details of the construction are in-

cluded in the Drawings and Project

Manual.

All Bids are to be submitted on the

basis of cash payment for the Work

and Materials necessary to complete

the project. Each bid must be ac-

companied by a separate envelope

containing the contractor’s license

and bid security. The bid security

must be in a sum equal to five per-

cent of the full amount of the bid and

must be in the form of a bidder’s

bond. A bidder’s bond must be exe-

cuted by the bidder as principal and

by a surety, conditioned that if the

principal’s bid is accepted and the

contract awarded to the principal,

the principal, within ten days after

notice of the award, shall execute a

contract in accordance with the

terms of the bid and the bid bond

and any condition of the governing

body. A countersignature of a bid

bond is not required under this sec-

tion. If a successful bidder does not

execute a contract within the ten

days allowed, the bidder’s bond

must be forfeited to the Owner and

the project awarded to the next

lowest responsible bidder. Bidders

must be licensed for the full amount

of the bid as required by section

43-07-12 of the North Dakota Centu-

ry Code.

Attention is called to the fact that

compliance with Community

Development Block Grant Disaster

Recovery (CDBG) federal labor

standards is required on this project

and will include Davis Bacon labor

rates, Section 3 employment plan,

not less than the minimum salaries

and wages as set forth in the Con-

tract Documents must be paid on

this project, and that the Contractor

must ensure that employees and ap-

plicants for employment are not

discriminated against because of

their race, color, religion, sex, or na-

tional origin.

No Bid may be read or considered if

it does not fully comply with the re-

quirements of Section 48-01.2-05 of

the North Dakota Century Code.

The Owner reserves the right to hold

all Bids for 60 days, to reject any or

all Bids, to waive any informality or

irregularity in any Bid, to accept the

Bid deemed in the best interest of

the Owner, and to rebid the project

until a satisfactory bid is received.

There shall be endorsed upon the

outside of the envelope containing

the Bid, the following:

1. “City of Velva, North Dakota, Gol-

dade Lift Station Replacement”

2. The name of the person, firm,

corporation, or joint venture submit-

ting the Bid.

3. The Bidder’s Contractor’s License

or Contractor’s License Renewal

Number.

4. Acknowledgement of the Adden-

da, if any.

Any deficient Bid received will be

resealed and returned to the Bidder

immediately.

All Work shall be substantially com-

plete by September 17, 2021 and

shall be complete and ready for final

payment in accordance with the

General Conditions by October 15,

2021.

Should the Contractor fail to com-

plete its obligations under the Con-

tract within the time required herein

or within such extra time as may

have been granted by formal exten-

sions of time approved by the Own-

er, there will be deducted from any

amount due to the Contractor the

sum of $1,000 per day for each and

every calendar day that the comple-

tion of the Work is delayed. The

Contractor and his Surety will be li-

able for any excess. Such payment

will be as and for liquidated dam-

ages and not as a penalty.

By order of the City Commission of

the City of Velva, North Dakota.

Dated this 30th day of March, 2021.

/s/ Jennifer Johns

City Auditor

(April 2-9-16, 2021)

Advertisement for Bids

Parshall Hankins Field

Parshall, North Dakota

AIP NO. 3-38-0046-014-2021

Sealed bids for the construction of

airport improvements for Parshall

Hankins Field, Parshall, North Dako-

ta will be received by the Parshall

Municipal Airport Authority, Parshall,

North Dakota until 2:00 PM CT on

April 23, 2021. All bids will be public-

ly opened and read aloud at KLJ,

4585 Coleman Street, Bismarck,

North Dakota. The Owner will re-

ceive multiple prime bids for general

and electrical construction or any

combination thereof.

The bid documents are to be mailed

or delivered to KLJ, Attn: Shane

Steiner, PE, Project Manager, 4585

Coleman Street, Bismarck, North

Dakota 58503 and shall be sealed

and endorsed, “Airport Improve-

ments, Parshall Hankins Field, AIP

No 3-38-0046-014-2021” and shall

indicate the type and number of con-

tractor’s license.

The proposed work includes the fol-

lowing:

Replace Medium Intensity Lights

(MIRLs), Medium Intensity Taxiway

Lights (MITLs), Signs and Airfield

Lighting Controls

Plans and specifications are on file

and may be seen at the office of the

Parshall Municipal Airport Authority,

PO Box 569, Parshall, North Dakota

and at the office of KLJ, 4585 Cole-

man 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

$27 by inputting Quest project #

7693274 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 $90 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 Parshall

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 Parshall Municipal Airport Au-

thority, Parshall, 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: 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 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 the State

of North Dakota, Mountrail County,

City of Parshall.

The Parshall 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 adver-

tisement, disadvantaged business

enterprises 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 Parshall Municipal Airport Au-

thority to practice nondiscrimination

based on race, color, sex, or nation-

al origin in the award or performance

of this contract. The Owner en-

courages participation by all firms

qualifying under this solicitation re-

gardless of business size or owner-

ship.

The Owner’s award of this contract

is conditioned upon Bidder or Of-

feror satisfying the good faith effort

requirements of 49 CFR Section

26.53. The successful Bidder or Of-

feror must provide written confirma-

tion of participation from each of the

DBE firms the Bidder or Offeror lists

in its commitment within five days

after bid opening:

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 partici-

pation of each DBE firm listed under

item 1;

4. Written statement from Bidder or

Offeror that attests their commitment

to use the DBE firm(s) listed under

item 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.

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. Disadvantaged Business Enter-

prise – 49 CFR Part 26

6. Trade Restriction Certification –

49 USC Section 50104 and 49 CFR

Part 30

7. 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)

8. Recovered Materials – 2 CFR

Section 200.322, 40 CFR Part 247,

and Solid Waste Disposal Act (Ap-

plicable to contracts exceeding

$10,000)

No pre-bid meeting will be held for

this project.

Dated this 2 of April 2021.

/s/Parshall Municipal Airport Authori-

ty, Owner

Richard Bolkan, Airport Manager

Parshall Municipal Airport Authority

Parshall, North Dakota

(April 2-9-16, 2021)

NOTICE OF SALE

Civil No. 51-2018-CV-685

Notice is hereby given that by virtue

of an Order for Foreclosure and

Sheriff’s sale by the District Court of

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 October 14,

2020, in an action wherein Gamma

Real Estate Capital LLC was Plain-

tiff and Nathan Smith Holdings, LLC,

Nathan Smith, and 55th Holdings,

LLC; and any person in possession

were Defendants, in favor of Plaintiff

and against the Defendants for the

sum of Eighteen Million, Nine Hun-

dred Ninety Six, One Hundred

Twenty Nine dollars and 81/100

($18,996,129.81), which order,

among other things, direct the sale

by me of the real property

hereinafter described, to satisfy the

amount of said judgment, with in-

terest thereon and the costs and ex-

penses of such sale, or so much

thereof as the proceeds of said sale

will satisfy; and by virtue of a writ is-

sued to me out of the office of the

Clerk of said Court, I, Robert Roed,

Sheriff of Ward County, North Dako-

ta, 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 City of

Minot in the County of Ward and

State of North Dakota, on May 12,

2021, at the hour of 10:00 A.M.

(Central Time), to satisfy the amount

due, with interest thereon, and the

costs and expenses 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 on Exhibit A:

IN TESTIMONY WHEREOF, I have

hereunto set my hand and seal this

26th day of March, 2021.

For: Robert Roed, Sheriff

of Ward County, North Dakota

/s/ Jamie Williams

Jamie Williams, Deputy

STATE OF NORTH DAKOTA

County of Ward

On this 26th day of March, 2021, be-

fore me, a Notary Public in and for

said County and State, personally

appeared Jamie Williams, known to

me to be the person who is

described in, and whose name is

subscribed to this instrument.

/s/Kimberly A. Ohlhauser

Kimberly A. Ohlhauser,

Notary Public

Ward County, North Dakota

My Commission expires: June 14,

2022

Cooperative Legal Services PLLC

2272 8th Street West

Dickinson, ND 58601

Attorneys for Plaintiff

Exhibit A-1

LEGAL DESCRIPTION: Lots 16A,

16B, 17A, 17B, 18B, AND 19A,

Block 1; Lots 10A, 10B, 11A, AND

11B, Block 2; All in 55th Crossing

3rd Addition to the City of Minot,

Ward County, North Dakota

AND

Lots 3A, 3B, 4A, 4B, 5A, 5B, 6A, 6B,

7A AND 7B, Block 4; Lots 1b and

2B, Block 5; Lots 13A and 13B,

Block 6; Lots 8A, 8B, 9A, 9B, 10A,

10B, 11A AND 11B, Block 7; All in

55th Crossing 5th Addition to the

City of Minot, Ward County, North

Dakota.

Exhibit A-2

LEGAL DESCRIPTION: Lots 1A,

1B, 2A, 2B, 3A, 3B, 4A, 4B, 5A, 5B,

6A, 6B, 7A, 7B, 8A, 8B, 9A, 9B,

10A, 10B, 11A, 11B, BLOCK 7;

LOTS 1A, 1B, 2A, 2B, 3A, 3B, 4A,

4B, 5A, 5B, 6A, 6B, 7A, 7B, 8A, 8B,

9A, 9B, 10A, 10B, BLOCK 8; LOTS

1, 2, 3, 4, 5, 6, 7, 8, 9, 10, 11, 12,

BLOCK 11; LOTS 1, 2, 3, 4, 5, 6, 7,

8, 9, 10, 11, 12, BLOCK 12; LOTS1,

2, 3, 4, 5, 6, 7, 8, 9, 10, BLOCK 13;

LOTS 1, 2, 3, 4, 5, 6, 7, 8, 9, 10, 11,

12, 13, BLOCK 14; LOTS 1, 2, 3, 4,

5, 6, 7, 8, 9, 10, 11, 12, 13, 14, 15,

16, BLOCK 15; LOTS 1, 2, 3, 4, 5, 6,

7, 8, 9, 10, BLOCK 16; LOTS 1, 2, 3,

4, 5, 6, 7, 8, 9, 10, 11, 12, BLOCK

17; LOTS 1, 2, 3, 4, 5, 6, 7, 8, 9, 10,

11, 12, BLOCK 18; LOTS 1, 2, 3, 4,

5, 6, 7, 8, 9, 10, 11, 12, BLOCK 19;

LOTS 1, 2, 3, 4, 5, 6, 7, 8, 9, 10, 11,

12, BLOCK 20; LOTS 1, 2, 3, 4, 5, 6,

7, 8, 9, 10, BLOCK 21; LOTS 1A,

1B, 2A, 2B, 3A, 3B, 4A, 4B, 5A, 5B,

6A, 6B, 7A, 7B, 8A, 8B, 9A, 9B,

10A, 10B, 11A, 11B, 12A, 12B, 13A,

13B, 14A, 14B, 15A, 15B, 16A, 16B,

17A, 17B, 18A, 18B, 19A, 19B,

BLOCK 22; LOTS 14, 15, 16, 17, 18,

19, 20, 21, 22, 23, BLOCK 23; LOTS

1, 2, 3, 4, 5, 6, 7, 8, 11, 12, 13, 14,

15, BLOCK 24; All in 55th Crossing

Addition to the City of Minot, Ward

County, North Dakota

AND

Blocks 2, 5, 6, 7, 10, All in 55th

Crossing 2nd Addition to the City of

Minot, Ward County, North Dakota

AND

Lots 4A, 4B, 5A, 5B, 6A, 6B, 7A, 7B,

8A, 8B, 9A, 9B, 10A, 10B, 11A, 11B,

12A, 12B, 13A, 13B, 14A, 14B, 15A,

15B, BLOCK 1; LOTS 5A, 5B, 6A,

6B, 7A, 7B, 8A, 8B, 9A, 9B, BLOCK

2; All in 55th Crossing 3rd Addition

to the City of Minot, Ward County,

North Dakota

AND

LOTS 1 AND 2, BLOCK 1; LOTS

1B, 2A, 2B, 3A, 3B, 4A, 4B, 5A, 5B,

6A, 6B, 7A, 7B, BLOCK 2; LOTS 1,

2, 3, BLOCK 3; LOTS 1, 2, 3, 4, 5,

6, 7, 8, 9, 10, 11, 12, 13, 14, 15, 16,

17, 18, 19, 20, 21, BLOCK 4; LOT 1,

BLOCK 5; LOTS 1, 3, BLOCK 6;

LOTS 1, 2, 3, 4, BLOCK 7; LOTS

1A, 1B, 2A, 2B, 3A, 3B, 4A, 4B, 5A,

5B, 6A, 6B, 7A, 7B, 8A, 8B, 9A, 9B,

10A, 10B, 11A, 11B, 12A, 12B, 13A,

13B, 14A, 14B, BLOCK 8; LOTS 1,

2, 3, 4, 5, 6, 7, 8, 9, 10, 11, 12, 13,

14, BLOCK 9; LOTS 1, 2, 3, 4, 5, 6,

7, 8, 9, 10, 11, 12, 13, 14, BLOCK

10; LOTS 1A, 1B, 2A, 2B, 3A, 3B,

4A, 4B, 5A, 5B, 6A, 6B, 7A, 7B, 8A,

8B, 9A, 9B, 10A, 10B, 11A, 11B,

12A, 12B, 13A, 13B, 14A, 14B,

BLOCK 11; LOTS 1, 2, 3, 4, 5, 6, 7,

8, 9, BLOCK 12; LOTS 1, 2, 3, 4, 5,

6, 7, 8, BLOCK 13; LOTS 1, 2, 3, 4,

5, 6, BLOCK 14; All in 55th Cross-

ing 4th Addition to the City of Minot,

Ward County, North Dakota

AND

LOTS 1A, 1B, 2A, 2B, 3A, 3B, 4A,

4B, 5A, 5B, BLOCK 1; LOTS 1A,

1B, 2A, 2B, 3A, 3B, 4A, 4B, 5A, 5B,

6A, 6B, 7A, 7B, 8A, 8B, 9A, 9B,

10A, 10B, 11A, 11B, 12A, 12B, 13A,

13B, 14A, 14B, 15A, 15B, 16A, 16B,

17A, 17B, 18A, 18B, 19A, 19B, 20A,

20B, 21A, 21B, 22A, 22B, 23A, 23B,

24A, 24B, 25A, 25B, 26A, 26B, 27A,

27B, 28A, 28B, 29A, 29B, 30A, 30B,

31A, 31B, 32A, 32B, 33A, 33B, 34A,

34B, BLOCK 2; LOTS 1A, 1B, 2A,

2B, 3A, 3B, 4A, 4B, 5A, 5B, 6A, 6B,

7A, 7B, 8A, 8B, 9A, 9B, 10A, 10B,

11A, 11B, 12A, 12B, 13A, 13B, 14A,

14B, 15A, 15B, 16A, 16B, 17A, 17B,

18A, 18B, 19A, 19B, 20, BLOCK 3;

LOTS 1A, 1B, 2A, 2B, 8A, 8B, 9A,

9B, 10A, 10B, 11A, 11B, 12A, 12B,

13A, 13B, 14A, 14B, BLOCK 4;

LOTS 8A, 8B, 9A, 9B, 10A, 10B,

11A, 11B, 12A, 12B, 13A, 13B, 14A,

14B, BLOCK 5; LOTS 1A, 1B, 2A,

2B, 3A, 3B, 4A, 4B, 5A, 5B, 6A, 6B,

7A, 7B, BLOCK 6; LOTS 1A, 1B,

2A, 2B, 3A, 3B, 4A, 4B, 5A, 5B, 6A,

6B, 7A, 7B, 12A, 12B, 13A, 13B,

14A, 14B, BLOCK 7; LOTS 1A, 1B,

2A, 2B, 3A, 3B, 4A, 4B, 5A, 5B, 6A,

6B, 7A, 7B, 8A, 8B, 9A, 9B, 10A,

10B, 11A, 11B, 12A, 12B, 13A, 13B,

14A, 14B, BLOCK 8; LOTS 1A, 1B,

2A, 2B, 3A, 3B, 4A, 4B, 5A, 5B, 6A,

6B, 7A, 7B, 8A, 8B, 9A, 9B, 10A,

10B, 11A, 11B, 12A, 12B, 13A, 13B,

14A, 14B,BLOCK 9; All in 55th

Crossing 5th Addition to the City of

Minot, Ward County North Dakota

AND

LOTS 2A, 2B, 3A, 3B, 4A, 4B, 5A,

5B, 6A, 6B, 7A, 7B, 8A, 8B, 9A, 9B,

10A, 10B, 11A, 11B, 12A, 12B, 13A,

13B, 14A, 14B, 15A, 15B, 16, 17,

18, 19, 20, 21, 22, 23, 24, 25, 26, All

in 55th Crossing 7th Addition to the

City of Minot, Ward County, North

Dakota

AND

LOT 2, 55th Crossing 8th Addition to

the City of Minot, Ward County,

North Dakota

AND

Outlots 37, 38, 39, and 40, Section

28, Township 155 North, Range 82

West of the 5th P.M., Ward County,

North Dakota

(April 2-9-16, 2021)

N O T I C E T O B I D D E R S

The City Clerk of the City of Minot

will receive sealed bids at her office

at City Hall until 11:00 a.m. on Tues-

day, April 27, 2021 for furnishing the

Minot International Airport the follow-

ing:

One (1) Skid Steer Loader with

Accessories

Specifications and general instruc-

tions to bidders are available at the

Airport Administration Office located

at 305 Airport Road, on the City of

Minot webpage www.minotnd.org

under City Clerk department, or by

calling 701-857-4725.

The bid envelope shall be plainly

marked:

“Bid for One (1) Skid Steer

Loader with Accessories – Minot

International Airport”

The City Council of the City of Minot

reserves the right to reject any or all

bids and to award the contract as it

deems to be in the best interest of

the City of Minot. Each bid must be

accompanied by a bidder’s bond, a

certified check, or a cashier’s check

in the amount of five percent (5%) of

the bid and must be in a separate

envelope marked “bid bond” and at-

tached to the outsideof the bid.

Bidders are invited to be present at

the City Clerk office, 515 2nd Ave.

SW for the opening of bids.

Kelly Matalka

City Clerk

(April 2-9-16, 2021)

NOTICE TO CREDITORS

Probate No. 51-2021-PR-00076

IN THE DISTRICT COURT OF

WARD COUNTY, STATE OF

NORTH DAKOTA

In the Matter of the Estate of Byron

Rollman, aka Byron D. Rollman,

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 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 Tami Foreid, personal

representative of the estate at c/o

Law Office of Diane K. Lautt, PLLC,

PO Box 1945, Minot, North Dakota

58702-1945, or filed with the Court.

Dated this 9th day of April, 2021.

/s/Tami Foreid

Tami Foreid

7 Durango Drive

Burlington, ND 58722

LAW OFFICE OF DIANE K. LAUTT,

PLLC

/s/ Diane K. Lautt

Diane K. Lautt (ID 07243)

Attorney for Petitioner/Personal

Representative

PO Box 1945

Minot, ND 58702-1945

701-852-3060

diane@lauttlaw.com

(April 16-23-30, 2021)

SUMMONS

Case No. 51-2021-DM-00188

STATE OF NORTH DAKOTA,

COUNTY OF WARD, IN DISTRICT

COURT, NORTH CENTRAL

JUDICIAL DISTRICT

State of North Dakota,

Plaintiff,

v.

Megan Darlene Overlie,

Defendant.

The State of North Dakota to Megan

Darlene Overlie:

You are summoned and required to

defend against the Complaint by

serving an Answer, which is a writ-

ten response, on the State of North

Dakota within 21 days after service

of this Summons and by also filing

that Answer with the court. If you do

not serve and file an Answer, the

court can grant the requests made in

the Complaint by ordering that a de-

fault judgment be entered against

you.

Dated this 3rd day of November,

2020.

/s/Tina M. Heinrich

Tina M. Heinrich

Special Assistant Attorney General

Bar I.D. Number: 04088

1015 S. Broadway Suite 18, Minot,

ND 58701

1-800-231-4255; minotcse@nd.gov

Attorney for Child Support

(April 9-16-23, 2021)

Newsletter

Today's breaking news and more in your inbox

I'm interested in (please check all that apply)
Are you a paying subscriber to the newspaper? *
   

Starting at $4.62/week.

Subscribe Today