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)