Public Notices August 24, 2022
SECTION 00 11 13
ADVERTISEMENT
FOR BIDS
TITLE:
Staples-Motley Elementary Addition
LOCATION OF WORK:
1025 4th Street NE
Staples, MN 56479
OWNER:
Staples-Motley Public
Schools ISD #2170
905 Fourth Street NE
Staples, MN 56479
CONSTRUCTION MANAGER:
ICS Consulting, LLC.
1139 Franklin Ave.,
Suite 1
Sauk Rapids, MN 56379
(320) 360-5506
Contact: Jorden Pangrac
ARCHITECTURAL:
JLG Architects
525 Broadway
Alexandria, MN 56308
(320) 408-7008
STRUCTURAL:
Northland Consulting Engineers
102 South 21st Ave. West
Duluth, MN 55806
(218) 727-5995
CIVIL, MECHANICAL & ELECTRICAL ENGINEER:
CMTA
2201 12th Street N,
Suite E
Fargo, ND 58102
(701) 280-0500
PROJECT DESCRIPTION:
The project consists of multiple work scopes for all of the work necessary for the construction of an approximate 7,800 sf gym addition to the existing Elementary School. Work scopes include but are not limited to: Earthwork, Concrete, General Construction, Precast Concrete, Roofing, Fire Suppression, Mechanical, and Electrical.
BID DATE AND LOCATION:
Sealed Bids will be received at Staples-Motley School District ISD #2170 District Office, 905 4th Street NE, Staples, MN 56479 then publicly opened and read aloud. Bids will be received and stamped-in prior to 2:00 p.m. local time on September 13, 2022. Bids submitted after allotted time will be discarded, NO EXCEPTIONS.
EXAMINATION OF DOCUMENTS:
Bidders may view drawings and specifications for the project at the office of the Construction Manager.
For Electronic access to the bidding documents, please contact Angie Stahnke at 218-336-5901. The Construction Manager can also provide locations of Builders Exchanges holding plans for contractors to access. Bidders are responsible for any and all costs associated with the production of plans and specifications for their use.
BIDDING REQUIREMENTS:
Each Bidder must comply with the following requirements to reassure acknowledgment and recognition of their Bids:
Bids must be accompanied by Bid security in the form of a certified check, cashier’s check, or Bid bond in the amount of 5% of the base Bid submitted, made payable to the owner, as guarantee that Bidder will, if awarded, enter into contract in accordance with contract documents and submitted Bid.
Submit Bid on the prescribed form, which is furnished with the specification, with full name and address of the Bidder.
Completely fill in all blank spaces on the Bid Form, in ink or typewritten, in both words and figures.
Sign in longhand, executed by a principal duly authorized to enter into an agreement. If a Bidder is a co-partnership, then signatures on the Bid shall be by an authorized member of the firm, with names and addresses of each member of partnership.
Base Bid and all alternate Bids shall be stated both in writing and in figures. In all cases, written and numerical figures must agree; otherwise at Owner’s option, it shall be cause for rejection of Bid. Complete form without alterations.
Submit alternate prices (Bids) for either increasing or decreasing the costs, as called for on Bid form and Description of Alternates. Submit a Bid for all alternates.
Owner may make such investigations as they deem necessary to determine the ability, competency, and responsibility of the Bidder to perform the work. Any Bidder shall furnish to Owner all such information and data for this purpose, as the Owner may request. Owner reserves the right to reject any Bid if the evidence submitted by, or investigation of, such Bidder fails to satisfy the Owner that such Bidder is properly qualified to carry out the obligations of the contract and to complete the Work contemplated therein. The competence and responsibility of Bidder will be considered in making an award, including, but not limited to; (1) proof of financial responsibility, (2) quality of similar work, (3) amount of experience with similar projects, (4) facilities, personnel and equipment, (5) reputation for performance, and (6) the ability to complete the work within specified time. Owner reserves the right to reject any Bid where there is reasonable doubt as to the qualifications of the Bidder.
Owner reserves the right to: (1) accept Bidder’s Base Bid only, (2) accept any one or more of bidder’s Alternate Bids, in any order regardless of the order in which they were listed, (3) reject all Bids, (4) award contract based on their investigation of Bidders, as well as acceptance of alternates, all of which the Owner deems to be in their best interest, (5) waive informalities or minor irregularities in Bids and waive minor irregularities or discrepancies in Bidding procedure.
Upon award of Contract, Contractor shall provide AIA A312 Performance and Payment Bonds in the amount of 100% of Contract Sum in accordance with General Conditions and Amendments to General Conditions.
BIDDING DOCUMENTS & SITE REVIEW:
Each Bidder (including subcontract Bidder where appropriate) is REQUIRED to visit the site and to fully inform themself and record their own investigations as to the extent of the Work, the extent of the Work performed by other contractors under other construction packages, conditions under which the Work is to be performed, existing buildings and streets, conditions of the area, existing utilities and other features, type of soil, available facilities and difficulties that may be encountered in connection therewith, and other relevant items which will affect their Bid or the Work.
Prior to submitting a Bid, each Bidder is required to examine all of the bidding requirements, all Contract Documents, all drawings, and specifications for the Project (including those primarily for other Subcontracts). Contractors shall become thoroughly familiar with the scope of the Project and all factors and items of Work which will affect their Bid or the Work, whether shown or specified in documents primarily for Work of others or Work of this Contract.
No extras will be allowed the Contractor as a result of misunderstanding of the extent of scope of the Work as a result of their failure to study and record their own findings. Submission of a Bid shall be proof that such examinations have been made and that Bidder has recorded their own investigation and has become thoroughly familiar with all contract documents (including all addendas). The failure or omissions of any Bidder to examine any form, instrument or document shall in no way relieve any Bidder from any obligation in respect to their Bid. Nor shall it be the responsibility of ICS or its counterparts to ensure you have read all documentation. This is the sole responsibility of the Bidder and its Sub-Contractor(s).
PRE-BID CONFERENCE:
A Pre-Bid conference will be held at 1:00 p.m. on August 30, 2022 at Staples-Motley School District ISD #2170 District Office, 905 4th Street NE Staples, MN 56479. If Bidders want to visit the physical site, a site review will take place immediately following the Pre-Bid conference at Staples-Motley Elementary School. No extras will be allowed because of the Bidder’s misinterpretation as to the amount of work involved, Bidder’s own error, negligence, or failure to examine the site.
START DATE:
Work will begin after receipt of the signed contract from the Owner. The anticipated award date is Tuesday September 20, 2022. Pre-construction and submittals work related to the project is to commence immediately after receipt of the signed contract. The onsite work will begin on the premises no later than May 1, 2023.
SUBSTANTIAL AND COMPLETION DATE:
Owner requires all work to be substantially completed by October 21, 2023.
END OF
SECTION 00 11 13
35-37pnc
Filed in District Court
State of Minnesota
August 9, 2022
STATE OF MINNESOTA
COUNTY OF TODD
DISTRICT COURT PROBATE DIVISION SEVENTH JUDICIAL DISTRICT
Court File No.
77-PR-22-714
Case Type:
Informal Probate
In Re: ESTATE OF
Dian Lyn Tolson
DECEDENT
NOTICE OF INFORMAL APPOINTMENT OF PERSONAL REPRESENTATIVE AND NOTICE TO CREDITORS (INTESTATE)
Notice is given that an application for informal appointment of personal representative has been filed with the Registrar. No Will has been presented for probate. The application has been granted.
Notice is also given that the Registrar has informally appointed Kassie Lacina whose Address is 1002 Forest St, Lisbon, ND 58054 as Personal Representative of the Estate of Dian Lynn Tolson. Any heir, devisee or other interested person may be entitled to appointment as Personal Representative or may object to the appointment of the Personal Representative. Unless objections are filed with the Court (pursuant to Minnesota Statutes section 524.3-607) and the Court otherwise orders, the Personal Representative has the power to administer the Estate in Minnesota including, after 30 days from the date of issuance of letters, the power to sell, encumber, lease or distribute real estate.
Any objections to the appointment of the Personal Representative must be filed with this Court and will be heard by the Court after the filing of an appropriate petition and proper notice of hearing.
Notice is also given that (subject to Minnesota Statutes section 524.3-801) all creditors having claims against the Estate are required to present the claims to the Personal Representative or to the Court Administrator within four months after the date of this Notice or the claims will be barred.
Dated: August 9, 2022
Judge Benson
Kim Peterson,
Court Administrator /Deputy Court Administrator
Attorney for Estate/
Personal Representative Fallon M. Kelly
Jones and Kelly,
Attorneys at Law, P.C.
PO Box 391
Lisbon, ND 58054
Attorney MN License No.: 0325879
Telephone: 701/683-4123
FAX: 701/683-4124
Email: fkelly@drtel.net
35-36pnc
NOTICE
LEADER COMMUNITY HALL BOARD MEETING
The Leader Community Hall Board will meet Thursday, September 8, 2022 at 7:00 p.m. at the Hall.
Mark Strom,
Secretary
35-36pnc
NOTICE
Farmers Union Foundation
Request for proposals
MOBILE MEAT SLAUGHTER EQUIPMENT
Farmers Union Foundation seeks to purchase state-of-the-art mobile meat slaughtering and processing equipment that will be used for direct instruction at two colleges, hosting apprenticeships, and informal peer-to-peer education. Farmers Union is seeking a single contractor to furnish equipment including:
•One mobile harvest unit
•Two carcass coolers
•Two cut and wrap rooms (12’ x 58’, 12’ x 50’)
•One finished goods freezer (12’ x 50’)
All equipment must be furnished with specific equipment and specifications which are detailed in the full RFP at: https://bit.ly/MobileMeat
Proposals will be selected based on:
•Cost - does the proposal offer the lowest life-cycle costs on equipment? (50 points)
•Completeness - does the proposal address the full scope of work? (20 points)
•Experience - does the proposal demonstrate a proven track-record of delivering on similar projects? (20 points)
•Timeliness - does the proposal demonstrate ability to deliver complete equipment most quickly? (10 points)
Proposals should be emailed to stu@mfu.org, subject line “RFP Response - Mobile Meat” by August 31, 2022.
33-35pnc