A18 | Wednesday, June 3, 2020 | yourconroenews.com |The Courier 855-722-3900 Place your ad at southeasttexas.com SELL YOUR STUFF! Easy PET SPECIAL SELL YOUR SELL OR RENT NEED TO HIRE? 4line ad in newspaper CAR, BOAT OR YOUR HOUSE FREE ADS GARAGE SALE ADS &online 1week PLACE YOUR 3line ad in newspaper Sell your stuff! MOTORCYCLE Call for our 4week package only $2499 EMPLOYMENT AD &online 7days! Call today ad in newspaper Agents &Locators Email one item per ad to place your ad Add apicture for &online 1week Welcome! [email protected] 99 Itemsunder$250! only $10 starting at $19 Visit southeasttexas.com southeasttexas.com to placeyour free ad. Search hundredsoflocal jobs

Call us Monday -Friday between 8:00 am -5:00pm

ETC. Lost & Found | Pets | Merchandise | Estate & Garage Sales | Agribusiness | Misc. Employment Paint it

TO ADVERTISE: NORTHWEST ESTATE Sale | of Jo’Ann Smith - Urbanosky Urbanosky Ranch, Thurs, Fri, Sat & Sun, June 4, 5, 6, 7 & June 13 & 14, 9am - 4pm. r 14375 Urbanosky Ln. Plantersville, Tx 77363 YourHoustonJobs.com Please go to: estatesales.net - Wed. June 3rd after 9am for pictures & more info.

OTHER BLUEBERRIES U Pick! | $3.00 lb, for directions and picking days go to oakviewblueberryfarm.com OTR FLATBED DRIVERS or call 936-767-4011

Levinge Freight Num yrs exp: 2yrs Willis, TX Full-Time Call to place your ad To Apply: See Below in our service directory LEGAL NOTICES [email protected] (855) 722-3900 855-722-3900 FREIGHT LINES EXPEDITED SERVICES NOTICE TO BIDDERS Levinge Freight Lines is currently seeking OTR Flatbed Drivers Sealed electronic bids, addressed to Montgomery County Municipal Utility District No. 140 will be electronically received on the CivCastUSA Website until 2:00 p.m. local time, Wednesday, June 10, 2020, and then publicly out of our Willis, TX terminal. opened and read for Construction of Water, Sewer & Drainage for The Highlands Section 2 for Montgomery Full benefits package available. County MUD No. 140 (CI Job No. 2018-320-102). The Site of the work is approximately 1-mile west of the 2years driving experience required. intersection of 1314 and 99 (Grand Pkwy), in Montgomery County, A pre-bid conference will not be held Local Matters for this project. Bidding documents may be viewed and downloaded free of charge (with the option to purchase ™ hard copies) at the CivCastUSA Website (www.CivCastUSA.com). Reproduction charges will apply according Call: 877-538-4643 EXT.1110 to CivCastUSA rates. or apply online at: www.levingefreightlines.com southeasttexas.com INVITATION TO BIDDERS SEALED PROPOSALS addressed to Friendswood Development Company on behalf of East Montgomery County Municipal Utility District No. 7 for construction of the Paving and Appurtenances to Serve Tavola Section 29, LEGAL NOTICES [email protected] (855) 722-3900 LJA Job No. 6969-1229, will be received at the office of LJA Engineering, Inc., 2929 Briarpark Drive, Suite 150, , Texas 77042, until 2:30 p.m., Thursday, June 11, 2020, and then publicly opened and read aloud. Due to the pandemic and the Federal guidelines of not gathering in groups of more than 10 people, people of the public who wish to attend the Bid Opening for this project must do so by telephone. To attend the Bid Opening by telephone, dial 713.358.8400 and enter the Access Code 0923184.

SECTION 00 11 16 Copies of the Plans and Specifications may be obtained from the Engineer for a non-refundable fee of $95.00 per set ($50.00 for electronic copy). INVITATION TO BIDDERS Friendswood Development Company on behalf of East Montgomery County Municipal Utility District No. 7 will Sealed Bids, in duplicate, addressed to Conroe MUD No. 1, will be received at the office of Bleyl Engineering, 100 hold a non-mandatory audio pre-bid conference at the office of LJA Engineering, Inc., 2929 Briarpark Drive, Suite Nugent St. Conroe, Texas 77301, until 10:00 a.m. Local Time,June 17, 2020 at 10:00 a.m., and then publicly 150, Houston, Texas 77042, at 2:30 p.m., Thursday, June 4, 2020. To attend the audio pre-bid conference, dial opened and read for “furnishing all material, equipment, labor and supervision necessary” for: 713.358.8400 and enter the Access Code 0943130. Friendswood Development Company on behalf of East Montgomery County Municipal Utility District No. 7 reserves the right to reject any and all bids. The Successful MacKenzie Creek Section 2 Lift Station Bidder, if any, will be the responsible Bidder which in the Board’s judgment will be most advantageous to the Conroe, Texas District and result in the best and most economical completion of the Project. (Texas Water Code 49.273) Scope of Work of the Contract includes the following: Installation of a submersible pump sanitary sewer lift Bid security in the form of bid bond or cashier’s check payable to Friendswood Development Company on behalf station and force main including all necessary appurtenances within Mackenzie Creek Section 2. of East Montgomery County Municipal Utility District No. 7 in an amount not less than five percent (5%) of the Bid submitted, must accompany each Bid. Bids received after the closing time will be returned unopened. A pre-bid conference will be held on June 10, 2020 at 10:00 a.m. Local Time, at the office of ENGINEER, 100 Nugent St. Conroe, Texas 77301. Attendance is The requirements of Subchapter J, Chapter 552, Government Code, may apply to this Bid and/or Contract and NON-MANDATORY. bidder/contractor agrees that the Contract can be terminated if the bidder/contractor knowingly or intentionally fails to comply with a requirement of that subchapter. Each Bid must be accompanied by a Bid Bond or a certified or cashier’s check, acceptable to the Owner, in an amount not less than five percent (5%) of the total amount Bid, as a guarantee that the successful bidder will Bidder/Contractor declares that it has not received from a governmental body a notice of noncompliance with a provision of Subchap- enter into the Contract and execute the Bonds on the forms provided, and provide the required insurance certifi- ter J, Chapter 552, Texas Government Code, or, if such notice has been received, cates within seven (7) days after the date Contract Documents are received by the Contractor. bidder/contractor has taken adequate steps to ensure future compliance with such subchapter and has provided or upon request will provide documentation of same. Copies of the bidding documents may be obtained from www.CivcastUSA.com: search Bleyl. Bidders must register on this website in order to view and/or download specifications, plans, soils report, and environmental INVITATION TO BID reports for this Project. There is NO charge to view or download documents. Sealed bids in duplicate addressed to The City of Montgomery will be received at the City of Montgomery City The Owner reserves the right to reject any or all Bids and to waive all defects and irregularities in bidding or bid- Hall, 101 Old Plantersville Road, Montgomery, Texas 77316, until 10:30am, Wednesday, July 1, 2020, and then ding process except time of submitting a Bid. The Successful Bidder, if any, will be the responsible Bidder which publicly opened and read for furnishing all plant, labor, material and equipment and performing all work required in the Board’s judgment will be most advantageous to the District and result in the best and most economical for the construction of: Downtown Waterline Replacement for The City of Montgomery. Any bids received after completion of the Project. the bid deadline will not be accepted for consideration. The requirements of Subchapter J, Chapter 552, Government Code, may apply to this Bid and/or Contract and The project is located adjacent to the northern right-of-way of State Highway 105 beginning 118 linear feet west the Contractor agrees that the Contract can be terminated if the Contractor knowingly or intentionally fails to of Shepperd Street and ending at the intersection of State Highway 105 and McCowan Street, adjacent to the comply with a requirement of that subchapter. eastern right-of-way of Houston Street beginning at the intersection of State Highway 105 and ending at the City of Montgomery Water Plant, adjacent to the eastern right-of-way of Pond Street beginning at the intersection of Conroe MUD No. 1 State Highway 105 and ending at the intersection of Farm to Market Road 149, and adjacent to the eastern right- of-way of Farm to Market Road 149 beginning 500 linear feet south of the intersection of Clepper Street and ending at the intersection of Berkley Street. (Montgomery County Key Map No. 123-V). The project includes INVITATION TO BIDDERS but is not limited to approximately 3,400 linear feet of 12-inch (12”) waterline replacement by open cut and trenchless methods; 1,100 linear feet of fusible 12-inch (12”) waterline by pipebursting; 10 flushing valves; and SEALED PROPOSALS addressed to Friendswood Development Company on behalf of East Montgomery County site restoration. Municipal Utility District No. 6 for construction of the Paving and Appurtenances to Serve Tavola Section 26, LJA Job No. 6969-1226, will be received at the office of LJA Engineering, Inc., 2929 Briarpark Drive, Suite 150, For construction contracts $50,000 and over but less than $250,000, the bidder shall submit a certified or cashier’s Houston, Texas 77042, until 2:00 p.m., Thursday, June 11, 2020, and then publicly opened and read aloud. Due check on a responsible bank in the State equal to two percent (2%) cashier’s check or five percent (5%) bid to the pandemic and the Federal guidelines of not gathering in groups of more than 10 people, people of the bond of the maximum total bid amount. For construction contracts over $250,000, the bidder shall submit either public who wish to attend the Bid Opening for this project must do so by telephone. To attend the Bid Opening a 2% certified or cashier’s check or a five percent (5%) bid bond of the maximum total bid amount. Make the by telephone, dial 713.358.8400 and enter the Access Code 0963076. cashier’s check or bid bonds payable to the Owner. Copies of the Plans and Specifications may be obtained from the Engineer for a non-refundable fee of $95.00 Plans, specifications, and bidding documents are available at www.civcastusa.com. Said documents may be per set ($50.00 for electronic copy). examined without charge by appointment in the office of Jones & Carter, Inc. 1575 Sawdust Road, Suite 400, The Woodlands, Texas 77380. Friendswood Development Company on behalf of East Montgomery County Municipal Utility District No. 6 will hold a non-mandatory audio pre-bid conference at the office of LJA Engineering, Inc., 2929 Briarpark Drive, Suite 150, Houston, ATTENTION: Pursuant to Texas Government Code 2252.908, you must be able to provide The City of Mont- Texas 77042, at 2:00 p.m., Thursday, June 4, 2020. To attend the audio pre-bid conference, dial 713.358.8400 and enter the Access gomery (the “City”) with a printed, executed, and notarized original of a completed Certificate of Interested Code 0983022. Friendswood Development Company on behalf of East Montgomery County Municipal Utility District No. 6 reserves Parties from (Form 1295) with the bid. Failure to do so will result in the City’s inability to execute the contract. the right to reject any and all bids. The Successful Bidder, if any, will be the responsible Bidder which in the Board’s judgment will be To complete the disclosure of interested parties form, or for further information, please visit the Texas Ethics most advantageous to the District and result in the best and most economical completion of the Project. (Texas Water Code 49.273) Commission’s website at https://www.ethics.state.tx.us. Bid security in the form of bid bond or cashier’s check payable to Friendswood Development Company on behalf There will be two pre-bid conferences at the City of Montgomery City Hall, 101 Old Plantersville Road, of East Montgomery County Municipal Utility District No. 6 in an amount not less than five percent (5%) of the Montgomery, Texas 77316, at 10:30am, Wednesday, June 17, 2020 and 10:30am, Wednesday, June 24, 2020. Bid submitted, must accompany each Bid. Attendance is not mandatory. The requirements of Subchapter J, Chapter 552, Government Code, may apply to this Bid and/or Contract and The Owner reserves the right to reject any or all bids and waive any or all irregularities. No bid may be with- bidder/contractor agrees that the Contract can be terminated if the bidder/contractor knowingly or intentionally drawn until the expiration of 60 days from the date bids are open. fails to comply with a requirement of that subchapter. This contract is contingent upon release of funds from the Texas Water Development Board. Neither the U.S. Envir- Bidder/Contractor declares that it has not received from a governmental body a notice of noncompliance with a provision of Subchap- onmental Protection Agency (EPA) or the State of Texas, nor any of its departments, agencies, or employees, are ter J, Chapter 552, Texas Government Code, or, if such notice has been received, or will be a party to this bid or any resulting contract. Any contract awarded under this Invitation for Bids is sub- bidder/contractor has taken adequate steps to ensure future compliance with such subchapter and has provided ject to the American Iron and Steel (AIS) requirements of federal law, including federal appropriation acts. or upon request will provide documentation of same. This contract is subject to the Environmental Protection Agency’s (EPA) Disadvantaged Business Enterprise (DBE) Program, which includes EPA-approved fair share goals t oward procurement of Minority and Women- owned Business Enterprise (M/WBE) businesses. EPA rules require that applicants and prime contractors make a good faith effort to award a fair share of contracts, subcontracts, and procurements to M/WBEs through demonstration of the six affirmative steps. For more details of the DBE program and the current, applicable fair share goals, please visit http://www.twdb.texas.gov/dbe. PUBLIC NOTICE Equal Opportunity in Employment - All qualified Applicants will receive consideration for employment without DOCKET NO. 50790 - JOINT REPORT AND APPLICATION OF ENTERGY TEXAS, INC. AND EAST TEXAS ELECTRIC regard to race, color, religion, sex (including pregnancy), sexual orientation, gender identity, national origin, age COOPERATIVE, INC. FOR REGULATORY APPROVALS RELATED TO TRANSFERS OF THE HARDIN COUNTY PEAKING FACILITY (40 or older), disability, or genetic information. Bidders on this work will be required to comply with the Depart- AND A PARTIAL INTEREST IN THE MONTGOMERY COUNTY POWER STATION ment of Labor regulations at 41 CFR Part 60-4, relating to Construction Contractors--Affirmative Action Require- On April 28, 2020, Entergy Texas, Inc. (“ETI” or “the Company”) and East Texas Electric Cooperative, Inc. (“ETEC”) filed a Joint ments, which include the President’s Executive Order No. 11246, as amended by Executive Order No. 11375 and Application with the Public Utility Commission of Texas (“PUCT” or “Commission”) requesting to amend ETI’s certificate of conven- Executive Order No. 13672, in the award and administration of contracts awarded under TWDB financial assist- ience and necessity (“CCN”) in connection with ETI’s acquisition of the Hardin County Peaking Facility (“Hardin Facility”) from ance agreements. Failure by the Contractor to carry out these requirements is a material breach, which may ETEC pursuant to Public Utility Regulatory Act (“PURA”) §§ 37.056 and 39.452(j), including associated assets and common result in the termination of the awarded financial assistance. facilities, and authorization to further amend ETI’s CCN to reflect a sale of a partial interest (75 megawatts (“MW”)) in the Mont- gomery County Power Station (“MCPS”) to ETEC (together, “the Transactions”) pursuant to PURA § 37.154. The Joint Application Davis-Bacon prevailing wage requirements apply to the construction, alteration or repair of treatment works car- also seeks a Commission determination that the purchase of the Hardin Facility from ETEC is consistent with the public interest ried out, in whole or in part, with assistance made available by the Clean Water State Revolving Fund (CWSRF) pursuant to PURA §?14.101, as well as a determination that the full acquisition cost, including transaction costs, of the Hardin or a construction project financed, in whole or in part, from the Drinking Water State Revolving Fund (DWSRF). Facility is recoverable invested capital for ratemaking purposes pursuant to PURA §?37.058(c). However, ETI is not seeking a The Davis-Bacon prevailing wage requirements apply to Contractors and Subcontractors performing on federally change in rates as part of this proceeding. funded or assisted contracts in excess of $2,000 for the construction, alteration or repair (including painting) of a treatment works project under the CWSRF or a construction project under the DWSRF. For prime contracts in The Transactions are interdependent in that one may not occur without the other. The Transactions are expected to close in mid- excess of $100,000, Contractors and Subcontractors must also, under the provisions of the Contract Work Hours 2021. The Transactions will provide a number of benefits to ETI, ETEC, and their customers, including generation resource portfo- and Safety Standards Act, as amended, pay laborers and mechanics, including guards and watchmen, at least one lio diversification and the addition of peaking and reserve generation capacity for ETI and base load and core-load following capacity for ETEC. The agreed purchase price for the Hardin Facility is the net book value of that asset at the time of closing, which and one-half times their regular rate of pay for all hours worked over 40 in a workweek. The Fair Labor Standards is currently estimated to be $36.0 million. In addition, ETI expects to incur transaction costs of $2.7 million and has allocated a Act may also apply to Davis-Bacon covered contracts. Any contracts or subcontracts in excess of $2,000 must in- $5.3 million contingency for unidentified costs. The agreed sale price for the partial interest in MCPS is currently estimated to be clude the provisions of the Davis-Bacon Wage Rate Requirements found in TWDB Guidance No. DB-0156. Wage De- $71.1 million. terminations - U.S. Department of Labor (DOL) wage determination must be included in the bidding and contract documents. DOL wage determinations may be obtained online at http://www.wdol.gov/. Once it is determined If the PUCT adopts the 45-day intervention deadline proposed in the Joint Application, the deadline to intervene will be June 12, that Davis-Bacon wage rates will apply to a construction contract, the Applicant must state in the solicitation that 2020, and a letter requesting intervention should be received by the PUCT, at its address provided below, by that date. A Davis-Bacon prevailing wage rates are applicable and bid packages must include the current Davis-Bacon gener- prehearing conference is expected to be held in Austin, Texas in the near future. Persons who wish to intervene in or comment al wage determination for the area where construction will occur. While the solicitation remains open, the Ap- upon these proceedings, or obtain further information, should contact the Public Utility Commission of Texas, P.O. Box 13326, Aus- plicant must monitor www.wdol.gov on a weekly basis to ensure that the wage determination contained in the solic- tin, Texas 78711-3326, or call the PUCT’s Office of Consumer Protection at 512-936-7120 or 1 888-782-8477. Hearing and speech itation remains current. The Applicant must amend the solicitation if the DOL issues a modification more than 10 impaired individuals with text telephones (TTY) may contact the PUCT at 512-936-7136 or use Relay Texas (toll-free) 1-800-735- days prior to the closing date (i.e. bid opening) for the solicitation. If DOL modifies or supersedes the applicable 2988. All communications should refer to Docket No. 50790, and any request to intervene in that proceeding should include an wage determination less than 10 days prior to the closing date, the Applicant may request a finding from TWDB email address and fax number (if available) as contact information. Persons with questions or who want more information about that there is not reasonable time to notify interested Contractors of the modification of the wage determination. For this Joint Application may contact ETI at 350 Pine Street, Beaumont, Texas 77701, or call (409) 981-2602 during normal business additional information on Davis-Bacon Wage Rate Requirements and its applicability to this contract, please consult hours. A complete copy of the Joint Application is available upon request. A copy of the Joint Application may also be viewed on TWDB Guidance No. DB-0156. the Commission’s webpage at www.puc.state.tx.us. The Commission maintains an electronic copy of all filings on the “Inter- change Filing Search” section of its webpage. The control number for this proceeding is 50790. Given under my hand and seal of office, Montgomery, Texas this the 21st day of May, 2020. /s/ Susan Hensley, City Secretary