×

Legal Notices 5-28

ADVERTISEMENT FOR BIDS

FOR THE PIPE OUTFALL

CLEANING AND INSPECTION

PROJECT MINOT SWIF ACTION F

CITY OF MINOT, WARD COUNTY,

NORTH DAKOTA

CITY OF MINOT PROJECT

3135.2F

NOTICE IS HEREBY GIVEN that

the City of Minot, North Dakota, in-

vites and will receive sealed propo-

sals (bids) up to the hour of 11.00

a.m., local time, on June 14, 2021,

for the furnishing to the City of Minot

of all transportation, labor, materials,

tools, equipment, services, permits,

utilities, and other items necessary

for said work, in accordance with the

drawings and contract documents

on file in the office of the City Clerk,

Minot, North Dakota. At said time,

said proposals will be publicly

opened and read aloud at Council

Chambers at City Hall of the City of

Minot, North Dakota located at 515

2nd Ave SW, Minot, ND 58701.

Bids shall conform to and be respon-

sive to the Contract Documents for

the work. The Contract Documents

will be available after May 21, 2021

at the following locations:

Houston Engineering, Inc.

18 3rd Street SE Suite 100

Minot, ND 58701-3700

Telephone (701) 852-7931

Fax (701) 858-5655

Houston Engineering, Inc.

1401 21st Avenue North

Fargo, ND 58102

Telephone (701) 237-5065

Fax (701) 237-5101

City of Minot Public Works

1025 31st St SE

Minot, ND 58701

Telephone (701) 857-4140

Major items for City of Minot Project

3135.2F include, but are not limited

to:

¯Mobilization

¯Temporary Erosion Control

¯Temporary Traffic Control

¯Cofferdam

¯734 LF Pipe Cleanout (60″)

¯234 LF Pipe Cleanout (84″)

¯985 LF Television Inspection of

Sewers

¯1 EA Replace 60″ Trash Rack

Copies of plans and specifications

may be obtained following receipt of

payment of $100.00 per set,

non-refundable, or a CD may be

obtained with the documents in elec-

tronic (pdf) format following receipt

of payment of $25 per set, nonre-

fundable, from the following:

Houston Engineering, Inc.

18 3rd Street SE Suite 100

Minot, ND 58701-3700

Complete digital project bidding do-

cuments, the Advertisement for

Bids, Planholders List, Addenda,

and Bid Results will be available for

download for $25 from the Bid Info

page at www.houstoneng.com or at

www.questcdn.com (search eBid-

Doc# 7840888).

Each bid shall be submitted on a

form furnished as part of the con-

tract documents and must be ac-

companied by a separate envelope

containing a Bidder’s Bond with Ack-

nowledgement of Surety in an

amount not less than 5% of the full

amount of the bid made payable to

the order of or for the benefit of the

City of Minot, North Dakota. The bid

bond shall be executed by the bidder

as principal and by a surety com-

pany authorized to do business in

the State of North Dakota, condi-

tioned that if the principal’s Bid be

accepted and the contract awarded

to the principal, within ten (10) days

after Notice of Award, the Principal

shall execute a contract in accor-

dance with the terms of the bid and

contractor’s performance and pay-

ment bonds as required by law and

the regulations and determinations

of the City of Minot. A bid submitted

without this information properly en-

closed in the bid bond envelope

shall not be read nor considered and

the envelope shall be resealed and

bid returned to the bidder immedi-

ately. Each bid shall be sealed and

delivered to the City of Minot at the

location designated in this notice for

the opening of proposals at or before

the time in this notice provided.

All Bidders shall hold a valid North

Dakota Contractor’s license of the

proper class and shall enclose a

copy of the license or Certificate of

Renewal of the license in the same

envelope as the Bidder’s Bond.

Bidders shall submit proof of qualifi-

cations to perform the Work as

described in the Instructions to

Bidders.

Substantial Completion for all

Work shall be November 1, 2021.

Final completion shall be De-

cember 1, 2021.

The City of Minot will award the con-

tract to the lowest responsive and

responsible Bidder(s). The City of

Minot reserves the right to reject any

and all bids, and to waive any and

all irregularities in any bid.

BY THE ORDER OF THE CITY

COUNCIL OF THE CITY OF

MINOT, NORTH DAKOTA.

/s/ Kelly Matalka

Kelly Matalka, City Clerk

(May 21-28; June 4, 2021)

ADVERTISEMENT FOR BIDS

PAVING DISTRICT 499 – FAMILY

REC ADDITION

CITY PROJECT 4591

CITY OF MINOT

MINOT, NORTH DAKOTA

Sealed bids will be received by the

City of Minot, at the office of the City

Clerk, 515 Second Avenue SW

(Second Floor), Minot, ND 58701,

until 11:00 CST, June 15th, 2021, at

which time they will be publicly

opened and read aloud in the Coun-

cil Chambers for the furnishing of

materials, labor, equipment and skill

required for the construction of Pav-

ing District 499 – Family Rec Addi-

tion and incidental items in and for

said City of Minot, as is more fully

described and set forth in the plans

and specifications therefore, which

are now on file in the office of KLJ

Engineering LLC, Bismarck or

Minot, North Dakota.

Bids shall be upon cash payment on

the following types of work:

Asphalt paved highway deceleration

lane, asphalt parking lot, curb and

gutter, concrete trails and sidewalk,

aggregate base, grading, irrigation

system, water mains and services,

storm sewer, erosion control, top-

soiling, seeding, landscape plant-

ings, benches, trash receptacles,

signs, traffic signage, painted pave-

ment markings, electrical service,

parking lot lighting, surveillance

equipment, and other associated

work.

The contract documents are on file

and may be examined at the follow-

ing:

City of Minot

1025 31st Street SE

Minot, North Dakota 58701

KLJ Engineering, LLC

Bismarck Office

4585 Coleman Street

Bismarck, North Dakota, 58503

Minot Office

2900 10th Street SW Suite A

Minot, North Dakota, 58701

Complete digital project bidding do-

cuments are available at

www.kljeng.com “Projects for Bid”,

www.minotnd.org/165/Project-Bid-In

formation “Project Bid Information”,

or www.questcdn.com. You may

download the digital plan documents

for $26 by inputting Quest project

#7839199 on the website’s Project

Search page.

Please contact QuestCDN at (952)

233-1632 or info@questcdn.com for

assistance in free membership

registration, downloading, and work-

ing with this digital project informa-

tion.

Optional paper sets of 11″x17″ Plans

and an 8.5″x11″ Project Manual are

also available for a non-refundable

price of $85 per set at KLJ Engineer-

ing LLC, , or 2900 10th Street SW

Suite A, Minot, ND 58701. Bid Docu-

ments are also available through the

regional builders’ exchanges. Please

contact KLJ Engineering, LLC at

701-355-8400 if you have any ques-

tions.

All bids are to be submitted on the

basis of cash payment for the work

and materials, and each bid shall be

accompanied by a separate en-

velope containing the contractor’s

license and bid security. The bid

security must be in a sum equal to

five per cent (5%) of the full amount

of the bid and must be in the form of

a bidder’s bond. A bidder’s bond

must be executed by the bidder as

principal and by a surety company

authorized to do business in this

state, conditioned that if the prin-

cipal’s bid be accepted and the con-

tract awarded to the principal, the

principal, within ten (10) days after

notice of award, will execute and ef-

fect a contract in accordance with

the terms of his bid and the bid bond

as required by the laws of the State

of North Dakota and the regulations

and determinations of the governing

body. If a successful bidder does not

execute a contract within ten (10)

days allowed, the bidder’s bond

must be forfeited to the governing

body and the project awarded to the

next lowest responsible bidder.

All bidders must be licensed for the

full amount of the bid as required by

Section 430705 and 43-07-12 of the

North Dakota Century Code.

The successful Bidder will be re-

quired to furnish Contract Perfor-

mance and Payment Bonds in the

full amount of the contract.

Contracts shall be awarded on the

basis of the low bid submitted by a

responsible and responsive bidder

for the aggregate sum of all bid

items. A single contract will be

awarded for the work.

All bids will be contained in a sealed

envelope, as above provided; plainly

marked showing that such envelope

contains a bid for the above project.

In addition, the bidder shall place

upon the exterior of such envelope

the following information:

1. The work covered by the bidder

2. The name of the bidder

3. Separate envelope containing bid

bond, a copy of North Dakota

Contractor’s License or certificate of

renewal.

4. Acknowledgement of the Adden-

da.

No Bid will be read or considered

which does not fully comply with the

above provisions as to Bond and

licenses and any deficient Bid sub-

mitted will be resealed and returned

to the Bidder immediately.

Substantial Completion of the Work,

except for landscape plantings, irri-

gation system, and irrigated seed-

ing, shall be achieved on or before

October 30, 2021, and that all

remaining Work to include

landscape plantings, irrigation sys-

tem, and irrigated seeding, shall be

completed and ready for final pay-

ment in accordance with Paragraph

14.07 of the General Conditions on

or before June 30, 2022.

The Owner reserves the right to re-

ject any and all bids, to waive any in-

formality in any bid, to hold all bids

for a period not to exceed 30 days

from the date of opening bids, and to

accept the bid deemed most favor-

able to the interest of the Owner.

Should the Contractor fail to com-

plete the work within the time re-

quired herein or within such extra

time as may have been granted by

formal extensions of time approved

by the Owner, there will be deducted

from any amount due the Contractor

the sum of $1,600.00 per day and

every day that the completion of the

work is delayed. The Contractor and

his surety will be liable for any ex-

cess. Such payment will be as and

for liquidated damages.

Dated this 18th day of May, 2021

City of Minot

Minot, NORTH DAKOTA

City Clerk

(May 21-28; June 4, 2021)

ADVERTISEMENT FOR BIDS

PROJECT:

Park South Townhomes

Minot, North Dakota

OWNER:

Essential Living, LLC

400 10th St SE

Minot, North Dakota 58701

SEPARATE SEALED BIDS FOR

THE FOLLOWING BID GROUP

PACKAGES OF CONSTRUCTION

WORK FOR THE PROJECT

NAMED ABOVE WILL BE RE-

CEIVED BY ESSENTIAL LIVING,

LLC UNTIL THURSDAY, JUNE 17,

2021 AT 2:00PM LOCAL TIME AT

THE OFFICE AT 400 10TH

STREET SE, MINOT, ND.

Bid Packages:

6A Prefab Components Supply

6D Finish Carpentry

The Completion Date is March

2022. In no case will the deadline for

project completion be extended.

The Information to Bidders, Form of

Bid, Form of Contract, Form of Bid

Bond, and Form of Performance-

Payment Bond, Drawings, Specifica-

tions, and other contract documents

may be examined at the following

places: EAPC Architects Engineers,

the Builders Exchanges of Fargo-

Moorhead, Minot or Bismarck, North

Dakota; Aberdeen, South Dakota;

Minneapolis, St. Cloud, FW Dodge/

McGraw Hill Plan Room, or Min-

neapolis Builders Exchange, Min-

nesota.

PDF copies of the Construction Do-

cuments may be obtained through

EAPC Architects Engineers, located

at 300 3rd Ave SW, Suite A, Minot,

ND, phone # (701) 839-4547.

The Owner reserves the right to

waive any informality or to reject any

or all bids.

Each bid shall be accompanied by a

separate envelope containing a

bidders bond in a sum equal to five

percent (5%) of the full amount of

the bid, executed by the bidder as

principal and by a surety company

authorized to do business in this

state, conditioned that if the princi-

pal’s bid be accepted and the con-

tract awarded to the principal, within

ten days after notice of award, the

principal will execute and effect a

contract in accordance with the

terms of the bid and a contractors

bond as required by law the regula-

tions and determinations of the

governing board.

All bidders must be licensed for the

highest amount of their bids, as ap-

proved by Section 43-07-05 of the

North Dakota Century Code. A copy

of the bidder’s contractor license

must be included in the bid bond en-

velope.

No bid will be read or considered

which does not fully comply with the

above provisions as to bond and

licenses, and any deficient bid sub-

mitted will be resealed and returned

to the bidder immediately.

By: Blake Nybakken, Essential Liv-

ing, LLC

(May 28; June 4-11, 2021)

BID ADVERTISEMENT

Unit Rehab. VU – 2021

8 Groups of 2 Units Each

The Turtle Mountain Housing Au-

thority is seeking qualified individu-

als/contractors to conduct construc-

tion rehabilitation work.

Unit Rehab. VU-2021 will consist of

16 units requiring various stages of

rehab. This scope of work will out-

line typical items to be repaired or

replaced in order to bring the union

to standard living condition. In order

to bid the project, a representative of

the prospective bidder must be

available for a project walk through

on June 3rd, 2021. A sequence of

contract walk through will be provid-

ed to contractors requesting bid

packets. Bids will consist of 2 units

each; with eight (8) groups or two (2)

units bid under this solicitation. If a

contractor bids more than one

group, contractor is required to

provide proof of capacity to com-

plete work within TMHA’s desig-

nated time frame for a potential

contract.

Bid closing date is NO LATER

THAN 1:00 p.m. on JUNE 10TH,

2021.

For more information, or to re-

quest a bid package, please con-

tact:

Alex JR. Davis at (701)278-2185; or

email: adavis@tmhousing.net or

Jodelle Keplin at (701) 953-8150;

or email: jmkeplin@tmhousing.net

(May 24-26-28; June 2-4, 2021)

NOTICE

Bids for double modular 2 bedroom,

2 bathroom, minimum 1000 ft. sq.

home will be received by Frontier

School, located 6 miles east of Wolf

Point Montana, until 12:30 pm local

time on 1st of June 2020, at which

time the Bids received will be public-

ly opened and read aloud. Include

anticipated delivery date.

The bid documents are to be mailed

or delivered to 6996 Roy Street,

Wolf Point, Montana, 59102 and

shall be sealed. Any bids received

after the designated time above will

be returned to the bidder unopened.

Prospective Bidders may obtain

more information by contacting

Christine Eggar, Wolf Point, MT,

Tele.: 1-406-653-2501 ext 1.

Project Description:

approx. 26′ x 40′ with open concept.

2 bedrooms and 2 bathrooms, Stan-

dard appliances to be included.

Building materials: shiplap siding,

3/12 pitch, #40 load metal roof, In-

sulation Walls R-19, Ceiling R-40,

Floor R-12, 2×10 floor Joist, 2×6 Ex-

terior Wall framing, 2×4 interior

walls, double paned windows, Gas

ducted furnace, 40 gal H2O tank, vi-

nyl or laminate flooring in all but

bedrooms, bedrooms carpeted.

Electrical: 200 amp service.

To include, delivery and set up on

school prepared pad.

Christine Eggar,

Frontier School, Superintendent

406-653-2501 ext 1

(May 21-26-28, 2021)

NOTICE OF PETITION FOR NAME

CHANGE

IN DISTRICT COURT, WARD

COUNTY, STATE OF NORTH

DAKOTA

In the Matter of the Petition for

Name Change of Liam Ky’Mani

Pierre, A Minor Child.

PLEASE TAKE NOTICE that a Peti-

tion in the above-entitled matter will

be filed with the Clerk of District

Court for Ward County, North Dako-

ta, requesting an Order changing the

name of Liam Ky’Mani Pierre

(current full legal name of child to

Liam Ky’Mani Aceavelli (requested

full legal name of child). Pursuant to

N.D.C.C. 32-28-02, thirty days previ-

ous notice of the intended applica-

tion must be given in the official

newspaper printed in this County as

well as in the official newspaper of

the County where the non-custodial

parent resides. You are hereby noti-

fied that thirty days after publication,

petitioner intends to file a petition re-

questing entry of the Court’s Order

changing the name of Liam Ky’Mani

Pierre (current full legal name of

child) to Liam Ky’Mani Aceavelli (re-

quested full legal name of child).

Any objection to granting this name

change must be given in writing to

the address listed below within 30

days of the date of this publication.

The written objection must also be

filed with the Court. If no objections

are given, the Court may respond to

the Petition without further hearing.

Dated this 24th day of May, 2021.

/s/Atticus Khy’Mani Aceavelli

Atticus Khy’Mani Aceavelli

1410 30th Ave. NW, Apt. 6308

Minot, ND 58703

(May 28, 2021)

NOTICE OF REAL ESTATE SALE

CIVIL NUMBER: 51-2020-CV-01752

IN THE STATE OF NORTH

DAKOTA, COUNTY OF WARD

IN THE DISTRICT COURT, NORTH

CENTRAL JUDICIAL DISTRICT

New Residential Mortgage Loan

Trust 2019-4 c/o Citibank, N.A. as

Owner Trustee of NRMLT 2019-4,

Plaintiff,

v.

Debra Swensrud; Orlan Swensrud

a/k/a Orlan D. Swensrud; A.R. Audit

Services Inc.; Asset Acceptance,

LLC; First Avenue Concepts LLC;

Town and Country Credit Union; any

person in possession, and all per-

sons unknown, claiming any estate

or interest in, or lien or encumbrance

upon, the real estate described in

the complaint,

Defendants.

Judgment in the amount of

$96,827.04, having been entered in

favor of Plaintiff and against Defen-

dants, which Judgment was filed

with the Clerk of Courts of Ward

County, North Dakota, on April 12,

2021, for the foreclosure of a real

estate mortgage.

2. Notice is hereby given pursuant to

said Judgment that the real property

described as:

East 35 Feet of the S1/2 of Lot 109

and the S1/2 of Lot 110, Elmwood,

an Addition to the City of Minot,

Ward County, North Dakota.

Real Property address: 1825 8th

Avenue Southeast, Minot, ND

58701-4932

The above real property is the sub-

ject of the Mortgage dated April 8,

2005, which Mortgagors, Debra

Swensrud and Orlan Swensrud, ex-

ecuted and delivered to Mortgage

Electronic Registration Systems,

Inc., as Mortgagee, as nominee for

Finance America, LLC, its succes-

sors and assigns, and recorded in

the office of the Clerk and Recorder

of Ward County, North Dakota, on

April 14, 2005, Instrument Number

2842900, which is subject to the en-

tered Judgment. Said Mortgage

was assigned to Plaintiff, its succes-

sors or assigns, by Assignment of

Mortgage recorded September 21,

2020, Instrument Number 3043580.

3. In order to realize the amount of

$96,827.04, as of April 12, 2021,

plus interest accruing thereafter on

said amount at the rate of 6.60850%

per year together with the costs and

expenses of sale, the property will

be sold subject to redemption as

provided by law as one parcel of

land at public auction, subject to any

lien for unpaid real estate taxes and

assessments of Ward County, North

Dakota, and easements and restric-

tions of record, to the highest bidder

for cash under the direction of the

Sheriff of Ward County, North Dako-

ta, at the main entrance of the Ward

County Courthouse located at 315

SE 3rd Street, Minot, North Dakota

58701, on June 16, 2021 (“Sale

Date”), at 10:00 AM.

4. If the sale is set aside for reason,

the Purchaser at the sale shall be

entitled only to a return of the depo-

sit paid. The purchaser shall have

no further recourse against the Mort-

gagor, the Mortgagee or the

Mortgagee’s attorney.

DATED this 3rd day of May, 2021.

SHERIFF OF WARD COUNTY

/s/Robert Roed

Deputy Sheriff of Ward County

Halliday, Watkins & Mann, P.C.

/s/ Scott S. Skeen

Attorneys for Plaintiff

376 East 400 South, Suite 300

Salt Lake City, UT 84111

801-355-2886

Email: scott@hwmlawfirm.com

ND Bar No.: 09334

(May 14-21-28, 2021)

NOTICE OF REAL ESTATE SALE

CIVIL NUMBER: 51-2018-CV-00127

IN THE STATE OF NORTH

DAKOTA, COUNTY OF WARD

IN THE DISTRICT COURT, NORTH

CENTRAL JUDICIAL DISTRICT

Reverse Mortgage Funding, LLC,

Plaintiff,

v.

Cheryl D. Lane; Heirs & Devisees of

the Estate of Cheryl D. Lane; United

States of America, acting by and

through the Secretary of Housing

and Urban Development; Unknown

Spouse of Cheryl D. Lane; Unknown

Spouse of Ruth Lane; any person in

possession, and all persons unk-

nown, claiming any estate or interest

in, or lien or encumbrance upon, the

real estate described in the com-

plaint,

Defendants.

1. Judgment in the amount of

$197,606.49, having been entered in

favor of Plaintiff and against Defen-

dants, which Judgment was filed

with the Clerk of Courts of Ward

County, North Dakota, on December

7, 2020, for the foreclosure of a real

estate mortgage.

2. Notice is hereby given pursuant to

said Judgment that the real property

described as:

The following described parcel of

land, and improvements and ap-

purtenances thereto in the County of

Ward, State of ND, to wit:

Countryside Villas, 3rd Addition Lot

2, Nedrose-S4 A 2

Together with: Used 2000 Bonnavil-

la 52 x 28 Manufactured Home Seri-

al No. NEB00A28052S.

MORE CORRECTLY DESCRIBED

AS FOLLOWS:

The following described parcel of

land, and improvements and ap-

purtenances thereto in the County of

Ward, State of ND, to wit:

Countryside Villas, 3rd Addition Lot

2, Nedrose-S4 A 2

Together with: Used 2000 Bonne-

ville 52 x 28 Manufactured Home

Serial No. NEB00A28052S.

Real Property address: 2105 55th

Street SE, Minot, ND 58701

The above real property is the sub-

ject of the Mortgage dated February

13, 2015, which Mortgagor, Cheryl

D. Lane, executed and delivered to

Mortgage Electronic Registration

Systems, Inc., as Mortgagee, as

nominee for Reverse Mortgage

Funding LLC, its successors and as-

signs, and recorded in the office of

the Clerk and Recorder of Ward

County, North Dakota, on March 2,

2015, Instrument Number 2983529,

which is subject to the entered Judg-

ment. Said Mortgage was assigned

to Plaintiff, its successors or as-

signs, by Assignment of Mortgage

recorded September 13, 2017, In-

strument Number 3012033.

3. In order to realize the amount of

$197,606.49, as of December 7,

2020, plus interest accruing

thereafter on said amount at the rate

of $9.97 per day together with the

costs and expenses of sale, the pro-

perty will be sold subject to redemp-

tion as provided by law as one par-

cel of land at public auction, subject

to any lien for unpaid real estate

taxes and assessments of Ward

County, North Dakota, and ease-

ments and restrictions of record, to

the highest bidder for cash under the

direction of the Sheriff of Ward

County, North Dakota, at the main

entrance of the Ward County Court-

house located at 315 SE 3rd Street,

Minot, North Dakota 58701, on June

23, 2021 (“Sale Date”), at 10:00 AM.

4. If the sale is set aside for reason,

the Purchaser at the sale shall be

entitled only to a return of the depo-

sit paid. The purchaser shall have

no further recourse against the Mort-

gagor, the Mortgagee or the

Mortgagee’s attorney.

DATED this 5th day of May, 2021.

SHERIFF OF WARD COUNTY

/s/Robert Roed

Deputy Sheriff of Ward County

Halliday, Watkins & Mann, P.C.

/s/ Scott S. Skeen

Attorneys for Plaintiff

376 East 400 South, Suite 300

Salt Lake City, UT 84111

801-355-2886

Email: scott@hwmlawfirm.com

ND Bar No.: 09334

(May 14-21-28, 2021)

NOTICE

South Prairie School

Accepting bids for a 2017 to 2020 47

to 52 seat activity bus. It must meet

all state and federal requirements.

Sealed bids will be accepted until

June 11th. For required but not lim-

ited to specifications , please contact

Wayne Stanley. The District

reserves the right to hold all legiti-

mate bids for a period of Thirty (30)

days after the date fixed for the

opening thereof. The District further

reserves the right to reject any and

all bids or portions thereof and to

waive irregularities, and the District

shall incur no legal liability for the

payment of any monies until the

contract is awarded and approved

by the proper authorities. Sealed

bids can be mailed to the address

below, faxed to 701-722-3280 or

emailed to wayne.stanley@k12.nd.

us

South Prairie Public School

Attn: Superintendent Wayne Stanley

100 177th Ave SW

Minot, ND 58701

(May 28, 2021)

REQUEST FOR QUALIFICATION

INFORMATION

Please provide your response to the

following questions which will be

used to select firms for consideration

and then final selection of the firm to

provide Need Assessment, Consul-

tation and Architecural Design ser-

vices for potential construction of a

9-12 school building. The due date

for the requested information is June

1, 2021 by 3:00 pm. Information is to

be mailed to Dunseith Public School

Dist. #1, Attn David Sjol, Superin-

tendent, P.O. Box 789 Dunseith ND

58329 or may be dropped off at the

District Business Office located at

101 2nd Avenue SW, Dunseith ND.

1. (10 points) Provide a company

profile including history, organiza-

tion, experience, past and present

workload and staffing, financial ca-

pability, ownership, and a summary

of typical services provided by your

firm.

2. (15 points) Identify the architec-

tural and engineering disciplines you

provide with full-time, in-house per-

sonnel, and those, which would be

sub-contracted from outside

sources. If you will be

sub-contracting any portion of the

services, please provide similar in-

formation as requested herein for

each sub-consultants. Please be

specific as to who your preferred

sub-consultants would be.

3. (10 points) List your experience

with the last five (5) years of educa-

tional or public projects that demon-

strate your ability to provide services

for this consultation project:

a. Provide the name, address, loca-

tion, phone numbers, and names of

contact persons for each project.

b. Briefly describe the projects

scope, size and dates of each pro-

ject.

4. (20 points) List at least five (5)

educational clients as references

that you have worked with in the last

five (5) years. These references

should be architectural design of

major renovation, new construction

of educational spaces. Please only

list projects where your firm held the

architectural contract directly to the

educational owner.

a. Provide the name, address, loca-

tion, phone numbers and names of

contact persons for each project.

b. Describe the project scope, size,

architectural, mechanical, and elec-

tric systems of each of the projects.

Provide a summary of project

timeframes, including a comparison

of planned to actual durations.

5. (15 points) Demonstrate your con-

cern and ability to provide the most

operationally efficient and sustain-

able architectural design of facility

systems. What experience do you

have in this area?

6. (10 points) List the personnel who

will be assigned to this project, with

current resumes for each. Identify

the proposed responsibilities for

each person on this proposed pro-

ject, and number the projects that

they might be concurrently assigned.

7. (15 points) Outline your educa-

tional approach and influence in the

construction process and demon-

strate at least five (5) examples of

how your firm has positively impact-

ed the effectiveness of the educa-

tional spaces.

8. (5 points) Other benefits. Briefly

describe other benefits the owner

will realize as a result of working

with your firm.

9. Enclose your proposed Owner/

Architectural contract.

10. Submitted by:

a. Firm Name:

b. Address:

c. Phone Number:

d. Signature:

e. Name and Title:

f. Date:

Sincerely,

David Sjol

Dunseith Public School Dist. #1

Superintendent

(May 13-14-15-17-18-19-20-21-22-

24-25-26-27-28, 2021)

Request for Qualifications

1. INTRODUCTION:

Dunseith Public School District #1 is

undertaking the construction of a

new 9-12 High School facility that

has a strong CTE component. The

facility will be located within the city

limits of Dunseith, North Dakota.

The new school will be constructed

to meet the needs of the students of

the School District that includes, but

is not limited to the following:

a. A fully functional enclosed school

facility that includes all required

classrooms, common areas, sup-

port, and storage spaces.

i. Educational

ii. Administrative

iii. Physical Education

iv. CTE Spaces and Labs

v. Special education

b. On-site roads, parking lots, curb

and gutter, lighting, security, and

striping as required.

c. Outdoor common areas

d. On-site infrastructure:

i. Electrical

ii. Storm water drainage

iii. Sanitary sewer

iv. Domestic and fire water lines

v. Communication including security

e. Coordination with the City of Dun-

seith to develop off-site infrastruc-

ture.

i. Off-site roads, lighting and striping

ii. Off-site sanitary sewer

iii. Off-site domestic water

f. Mechanical and electrical systems

and support spaces.

g. Landscaping and green space

development.

2. SCOPE OF CMAR SERVICES:

a. Estimating services for prelim-

inary design, as well as estimating

service cost for schematic design

through construction documents.

b. Construction feasibility recom-

mendations through the design and

construction document phases.

c. Complete, phased project con-

struction delivery with a total budget

that includes all construction costs,

fees, and other costs typical of large

capital projects (excluding furniture,

fixtures, and equipment).

3. SUBMITTAL REQUIREMENTS:

Dunseith Public School District #1

requests the following in information

be submitted with an 8.5″ x 11″ soft

bound document for use in selecting

a Construction Manager at Risk.

a. Format:

Paper submittal: Submittals should

be twenty pages or less, excluding

front and back covers and section

dividers, submittals should be a soft

bound document using 8.5″ x 11″

paper. Eight copies shall be submit-

ted.

Electronic Submittal: One electronic

format copy of the submittal shall in-

clude in the submittal on a USB

Drive. This copy will be non-editable

PDF version of the paper copy.

b. Project Experience:

I. Each firm will supply project

names, size, cost and schedules for

a minimum of four comparable pro-

jects based on the total project cost,

function, and typical construction

methods. Reference information

shall also be included indicating ex-

perience with CMAR projects.

c. Ability of Key Personal:

I. Qualifications of Principal

In-Charge, Project Manager, and

on-site Superintendent.

d. Project Schedule:

I. Based on the assumed Project

Completion Date, please provide an

estimated project schedule, includ-

ing timeline.

e. Current and Projected Workload:

I. Indicate the availability of key per-

sonnel, workforce, and consultants

as it relates to project commitments

and schedule.

f. Sub-Contractors:

I. Services required from

Sub-Contractors will be procured

through a Competitive Bid Selection

Process administrated and pro-

cessed by the CMAR. Dunseith

Public School Dist. #1 reserves the

right to approve any and all

Sub-Contractors, includes but is not

limited to the following:

1. The number and quality of

Sub-Contractors the CMAR will ob-

tain.

2. The ability to demonstrate a posi-

tive working relationship with

Sub-Contractors (or other construc-

tion related services) including refer-

ences from Key Mechanical and

Electric Contractors attesting to the

ability of the CMAR to complete the

project and coordinate the various

aspects of the work.

3. Demonstrating an ability to fore-

cast local bidding and construction

conditions as it relates to sufficient

work force and costs.

4. Open Book Bidding to be re-

viewed by owner.

g. Fees:

I. Each firm will provide a proposed

fee based on a percentage of the

Guaranteed Maximum Price (GMP)

for the construction project.

h. Self-Performance and Bidding:

I. The CMAR will be allowed to

self-perform, without bidding, no

more than 10% of the total of all

construction. 90% of the construc-

tion must be competitively bid

through an advertised bid process.

II. The CMAR may self-perform any

component of the work for the

amount of the lowest bid in-lieu of

accepting bids by Sub-Contractors.

i. Guaranteed Maximum Price:

I. The Guaranteed Maximum Price

(GMP) will be provided to the owner

at the completion of the Construction

Documents. The CMAR will be re-

quired to obtain bids and/or qualify

costs for all work so that the GMO

amendment may be executed after

completion of the Construction Do-

cument Phase.

II. The GMP must be equal to or

less than the last estimate provided

to the Owner during the Design

Development Phase or result in for-

feiture of all design phase fees.

j. Savings of the Guaranteed Max-

imum Price:

I. The CMAR will receive, as bonus,

10% of the amount that the actual

construction costs are less than the

GMP (GMO Savings).

II. The GMP saving will not exceed

5% of the GMP. In the event the

GMP Savings exceed 5% of the

GMP, the CMAR will expand the

scope of the work without additional

fees to include work that was re-

moved or omitted during the design

and estimating phase in order to ob-

tain a GMP that was within the Own-

ers budget.

III. The intent of the restrictions on

GMP Savings is to ensure the Own-

er obtains the broadest and most

complete scope of work possible,

yet still offer the CMAR incentive to

find savings within the project during

the Construction Phase.

k. Bonds and Insurance:

I. Proof of liability to provide a bind

in an amount at least equal to the

amount of the Guaranteed Maximum

Price of the project as well as meet

necessary insurance requirements

of the state of North Dakota. Note

that any mechanical or electrical

contractors are to provide a separate

bond for their work, which may im-

pact the cost and ability of obtaining

a bond by the CMAR.

I. Procedure for Submissions:

I. Firms wishing to be considered

will submit eight (8) paper copies

and one (1) electronic copy of the

qualification materials on Tuesday

June 1, 2021 no later than 3:00 pm.

CDT at the offices of:

Dunseith Public School District #1

Atten: Mr. David Sjol

Superintendent

P.O. Box 789

101 1st Avenue SW

Dunseith, ND 5832

Tel: 701-244-0480

Email: David.Sjol@k12.nd.us

II. The following sequence of events

is contemplated for selection pro-

cedure of a Construction Manager at

Risk:

RFQ Advertisement May 10, 2021

Qualifications Due June 1, 2021

Shortlisting of CMAR Candidates

June 7, 2021

Interviews with Select CMAR Candi-

dates June 14, 2021

Select CMAR Services

June 21, 2021

Begin CMAR Services June 28, 2021

Complete Project July 2022

Special Note: This Request for Qual-

ifications (RFQ) for Construction

Manager at Risk (CMAR) does not

obligate the Dunseith Public School

District #1 to award a contract or

complete the proposed project. The

Dunseith Public School Dist. #1

reserves the right to cancel this RFQ

if it is considered to be in the best in-

terest of the District. Proposals must

be clear and concise. Proposals that

are difficult to follow or that do not

conform to the RFQ format or have

binding specifications may be reject-

ed. Responding vendors must in-

clude the required information called

for in this RFQ. Dunseith Public

School District also reserves the

right to change any provision in this

RFQ. Nothing in this RFQ obligates

or commits Dunseith Public School

District to any arrangement regard-

ing the project.

(May 13-14-15-17-18-19-20-21-22-

24-25-26-27-28, 2021)

SUMMONS

Civil No. 51-2021-CV-00790

STATE OF NORTH DAKOTA,

COUNTY OF WARD, IN DISTRICT

COURT, NORTH CENTRAL

JUDICIAL DISTRICT

ProCollect Services, LLC,

Plaintiff,

vs.

Kirstina C. Engstrand Hochsprung

and Kyle Olson-Gilbert,

Defendants.

THE STATE OF NORTH DAKOTA

TO THE ABOVE-NAMED DEFEN-

DANTS:

YOU ARE HEREBY SUMMONED

and required to appear and defend

against the Complaint in this action,

which is herewith served upon you,

by serving on the undersigned an

Answer or other proper response

within twenty-one days after service

of this Summons upon you, ex-

clusive of the day of service. If you

fail to do so, judgment by default will

be taken against you for the relief

demanded in the complaint.

Dated May 18, 2021.

/s/Christopher A. Carlson

Chistopher A. Carlson (ID #03378)

PO Box 1097

Bismarck, North Dakota 58502-1097

701-258-4800

carlsonlaw@qwestoffice.net

Attorney for the Plaintiff

(May 21-28; June 4, 2021)

MDN0038063

Starting at $2.99/week.

Subscribe Today