Legal Notices 4-7
ADVERTISEMENT FOR BID
Children’s Museum of Minot, Inc.
New Magic City Discovery Center
BP #2
Kraus-Anderson Construction Com-
pany is presently soliciting competi-
tive Lump Sum Bids for the
Children’s Museum of Minot, Inc. –
New Magic City Discovery Center,
Minot, ND – BP #2 (WS 3-A Con-
crete, WS 7-F Metal Panel, WS 7-L
Sealant, WS 9-G Resinous Flooring,
WS 12-B Window Treatments, WS
14-B Elevator). Sealed bids will be
received until 2:00 PM Central time
on Thursday, April 8th, 2021 at the
address noted below. Bids received
after this time will not be considered.
Bids will be publicly opened at 3:00
PM Central time on Thursday, April
8th, 2021 and publicly read aloud at
the following location: Minot Park
Community Room located in the Au-
ditorium at 420 3rd Ave SW, Minot,
ND 58701 and via Zoom.
Kraus-Anderson Construction Com-
pany is the only authorized agent to
receive bids.
Bids may be mailed or hand
delivered to:
Magic City Discovery Center
c/o Kraus-Anderson Construction
Company
Attn: Curt Janssen
615 South Broadway
Suite L2
Minot, ND 58701
The complete bid form shall be
without alterations, additions, or
erasures. All bids shall be on a lump
sum basis. No bid may be with-
drawn for a period of 60 days after
bid receipt without consent of the
Owner. Kraus-Anderson Construc-
tion Company reserves the right to
reject any or all bids and to waive
any irregularities in bids.
Direct all communications regarding
this Project to the office of the Con-
struction Manager: Curt Janssen
(curt.janssen@krausanderson.com)
(701) 989-7150.
Procurement of Documents for
bidders on prime contracts: Obtain
the bidding documents, including the
Bid Form, Drawings and Specifica-
tions, via iSqft.com. Plans can be
purchased by contacting Franz
Reprographics at (701) 258-5060. In
order to receive all addenda, please
request to be added to the distribu-
tion list by emailing linda.
house@krausanderson.com. Bid
Documents are also available thru
many of the regional builders’ ex-
changes.
(March 24-31; April 7, 2021)
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 OF SALE
Case No. 51-2020-CV-01651
IN DISTRICT COURT, NORTH
CENTRAL JUDICIAL DISTRICT,
STATE OF NORTH DAKOTA,
COUNTY OF WARD
Capital Credit Union,
Plaintiff,
v.
Hotel Ventures, LLC,
Defendant.
NOTICE IS HEREBY GIVEN that by
virtue of a Judgment and decree in
foreclosure, rendered by the District
Court of the North Central Judicial
District, in and for the County of
Ward, State of North Dakota, and
entered and docketed in the office of
the Clerk of the District Court, in and
for said County, on the 11th day of
February, 2021, in an action wherein
Capital Credit Union was Plaintiff,
and Hotel Ventures, LLC was Defen-
dant, in favor of the Plaintiff and
against the Defendant for the sum of
$2,622,223.69, as of December 23,
2020, plus interest at the rate of
$294.705479, per day for actual
Judgment amount of $2,636,958.96,
plus interest on the judgment
amount according to North Dakota
law, plus costs and expenses of the
sale, which Judgment and decree,
among other things, directs the sale
of the real estate hereinafter
described, and by virtue of a writ is-
sued to me by the Clerk of said
Court, in and for Ward County, and
under the seal of said Court, direct-
ing me to sell said real property, pur-
suant to said Judgment and decree,
I, Robert Roed, Sheriff of Ward
County will sell the hereinafter
described real estate to the highest
bidder for cash, at public auction at
the front door of the courthouse in
the City of Minot, Ward County,
North Dakota, on the 21st day of
April, 2021, at 10:00 a.m. of that
day, to satisfy the said Judgment
with interest and costs thereon, and
the costs and expenses of such
sale, or so much thereof as the
proceeds of such sale applicable
thereto will satisfy.
The premises to be sold pursuant to
said Judgment and decree and to
said writ and to this notice, are
described in said Judgment, decree
and writ as follows:
Lot 2 of Southgate Addition to the
City of Minot, North Dakota, being
outlot 9, Section 35, Township 155
North, Range 83 West, Ward Coun-
ty, ND
Commonly referred to as 1609 35th
Ave. SW, Minot, North Dakota
58701.
Dated this 18th day of March, 2021.
For: Robert Roed, Sheriff of Ward
County
/s/Jamie Williams
Lt. Jamie Williams
(March 24-31; April 7, 2021)
NOTICE
The Annual Meeting of the Sawyer
Rural Fire Protection District will be
held Thursday, April 8th, 2021, at
7:30 pm at the Sawyer Fire Hall.
(April 5-7, 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)
Request for Proposal
MINOT PUBLIC SCHOOLS
215 2nd St. SE
Minot, ND 58701
Notice is hereby given that a Re-
quest for Proposal will be received
at the Nutrition Services Office, of
the Minot Public School District #1,
Ward County, North Dakota, for the
following:
BAKERY PRODUCTS
MILK PRODUCTS
PAPER & CHEMICAL PRODUCTS
Specifications can be obtained from
Ivy Thorson, at 215 2nd St. SE,
Minot, North Dakota 58701.
Envelops in which proposals are
submitted should be plainly marked
“RFP Bakery Product,” “RFP Milk
Products,” or “RFP Paper & Chemi-
cal Products”.
All proposals must be F.O.B. Minot,
North Dakota. All Items as specified.
MPS reserves the right to reject any
or all bids, to waive any informality in
any proposal and to accept the pro-
posals by item.
This document is dated March 26,
2021.
Nutrition Services
Minot Public School District #1
215 2nd St. SE
Minot, North Dakota 58701
(March 31; April 7, 2021)
REQUEST FOR QUALIFICATIONS
FOR ARCHITECTURAL
SERVICES FOR ROOF
REPLACEMENT
The Fort Yates Public School re-
quests Statements of Qualifications
(Proposals) from professional archi-
tectural firms for services for the fol-
lowing:
1. Roofing services to include, but
not limited to, installation of a fully
adhered EPDM (ethylene propylene
diene monomer) roof and associated
flashing or mutually agreed upon
substitution that serves similar func-
tion.
2. The selected firm will be responsi-
ble for design and implementation of
new roof and be responsible for as-
sisting Fort Yates Public School per-
sonnel with all permitting and/or
necessary approvals with local, state
and federal agencies if necessary.
Written Proposals shall address the
firm’s experience and ability to per-
form the defined services in a timely
manner. Written Proposals shall be
limited to a maximum of 20
single-sided double-spaced pages
on standard letter (8-1/2×11) paper.
The primary items for consideration
will be, but not limited to, the firm’s:
1. Technical capabilities of firm and
of proposed project team.
2. Experience and performance of
firm and of proposed project team.
3. Understanding of project and pro-
posed work approach.
4. Knowledge of regulations and lo-
cal conditions.
5. Project personnel assignments
and qualifications.
6. Ability to respond in a timely
manner.
The architectural firm will be select-
ed based upon Statements of Qualif-
ication and oral interviews. A selec-
tion committee will recommend a
single firm to the Fort Yates Public
School Board (Board). A detailed
scope of work will be developed,
and price will be negotiated with the
selected firm. Failure to reach an
agreement acceptable to the Board
will result in negotiation with the
second most qualified firm. A profes-
sional services agreement will be
executed with a single firm. All in-
quiries, including site visits, shall be
directed to Keith Kautzman (701)
226-7298. Qualification Statements
from firms will be accepted until 4:00
pm CDT on Friday, April 16, 2021.
Submit one (1) hard copy and one
(1) digital copy to: David Drapeaux
(David.Drapeaux@k12.nd.us), Busi-
ness Manager – 9189 Hwy 24, Fort
Yates, ND 58538.
(April 7, 2021)
STATE OF NORTH DAKOTA
PUBLIC SERVICE COMMISSION
Northern States Power Company
Customer Credit – DOE Settle-
ment 2019
Rates
Case No. PU-21-89
CORRECTED NOTICE OF
OPPORTUNITY FOR HEARING
April 1, 2021
On February 15, 2021, Northern
States Power Company (NSP) filed
a petition for approval to refund to
customers the eleventh payment
(approximately $689,356) received
December 22, 2020, arising from
USDOE’s inability to accept nuclear
waste under the federal Nuclear
Waste Policy Act.
NSP requests to combine the refund
of this eleventh payment with an in-
terim rate refund anticipated in the
latter half of 2021 in Case No.
PU-20-441, the NSP base rate in-
crease proceeding. NSP proposes
the refund would be a one-time bill
credit.
Alternatively, NSP suggests the
eleventh payment could be a
stand-alone refund in 2021 through
a one-time bill credit based on each
customer’s current usage. NSP esti-
mates this amount would be approx-
imately $2.75 to $3.00 per customer.
The issues to be determined in this
matter are:
1. Whether the eleventh settlement
payment refund should be combined
with any interim rate refund from
case PU-20-441 in a future bill
credit.
2. Whether NSP’s eleventh settle-
ment payment refund amount is just
and reasonable.
Comments and requests for a hear-
ing must be received by May 17,
2021. Persons desiring a hearing
must file a written request identifying
their interest in the proceeding and
the reasons for requesting a hearing.
If deemed appropriate, the commis-
sion can determine these matters
without a hearing.
For more information contact the
Public Service Commission, State
Capitol, Bismarck, North Dakota
58505, 701-328-2400 or Relay North
Dakota 1-800-366-6888 TTY. If you
require any auxiliary aids or ser-
vices, such as readers, signers, or
Braille materials, please notify the
Commission.
PUBLIC SERVICE COMMISSION
Randy Christmann, Commissioner
Julie Fedorchak, Chair
Brian Kroshus, Commissioner
(April 7, 2021)