A18 | Wednesday, May27, 2020 | yourconroenews.com |The Courier 855-722-3900 Call us Monday - Friday between 8:00 am - 5:00 pm

SELL YOUR STUFF! PET SPECIAL SELL YOUR SELL OR RENT NEED TO HIRE? SELL YOUR GARAGE & ESTATE 4 line ad in newspaper CAR, BOAT OR YOUR HOUSE OR & online 1 week MOTORCYCLE COMMERCIAL PLACE YOUR MERCHANDISE SALE ADS starting at only $30 Sell your stuff! Announce details ad in newspaper PROPERTY EMPLOYMENT AD & online 1 week Call today for your next garage or Add a picture for Call for our special packages [email protected] to place your ad estate sale starting at only $30 855-722-3900 only $10 Agents & Brokers Press 1 Welcome! yourhoustonjobs.com Search hundreds of local jobs

southeasttexas.com

RENTALS FOR SALE FOR SALE LEGALS LEGALS LEGALS

HOMES OUT OF TOWN PROPERTY OUT OF TOWN PROPERTY BIDS & PROPOSALS BIDS & PROPOSALS BIDS & PROPOSALS

Conroe 2/2 - C/A/H, W/D NOTICE TO BIDDERS Conn, ,NoPets $850 amonth + Sealed electronic bids, addressed to Montgomery County Municipal Utility District No. 140 will be electronically $500 Dep. 281-357-1569 9AcresGrimes County June received on the CivCastUSA Website until 2:00 p.m. local time, Wednesday, June 10, 2020, and then publicly 9th opened and read for Construction of Water, Sewer & Drainage for The Highlands Section 2 for Montgomery PremierEstate Auction County MUD No. 140 (CI Job No. 2018-320-102). The Site of the work is approximately 1-mile west of the intersection of 1314 and 99 (Grand Pkwy), in Montgomery County, A pre-bid conference will not be held MERCHANDISE for this project. Bidding documents may be viewed and downloaded free of charge (with the option to purchase 9Acres |3827 ±SFMain House |2224 ±Guest hard copies) at the CivCastUSA Website ( www.CivCastUSA.com ). Reproduction charges will apply according House 1800 ±SFRVBarn |Equipment Shed | to CivCastUSA rates. FOODSSEAFOOD ETC. Golf Cart Barn with Office |Great location 45 Mins to Conroe/ N./ The Woodlands INVITATION TO BIDDERS BLUEBERRIES U PICK! Online Auction: June 2nd through June 9th $3.00 lb, for directions and Preview: May 31st•2-5 pm |June4th •2-5 pm SEALED PROPOSALS addressed to Friendswood Development Company on behalf of East Montgomery County picking days go to Location: 3996 Hwy 105 E, Navasota, Texas 77864 Municipal Utility District No. 6 for construction of the Paving and Appurtenances to Serve Tavola Section 26, LJA oakviewblueberryfarm.com Job No. 6969-1226, will be received at the office of LJA Engineering, Inc., 2929 Briarpark Drive, Suite 150, or call 936-767-4011 888.300.0005 Details @ Houston, Texas 77042, until 2:00 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 ColemanandPatterson.com public who wish to attend the Bid Opening for this project must do so by telephone. To attend the Bid Opening 5% BP, TX Auctioneer Lic#13489 by telephone, dial 713.358.8400 and enter the Access Code 0963076. GARAGE SALES 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). NORTHWESTGARAGE SALES Advertise your business in our service directory Friendswood Development Company on behalf of East Montgomery County Municipal Utility District No. 6 will hold anon-mandatory audio pre-bid conference at the office of LJA Engineering, Inc., 2929 Briarpark Drive, û û WHITE OAK ESTATES ûû Suite 150, Houston, Texas 77042, at 2:00 p.m., Thursday, June 4, 2020. To attend the audio pre-bid conference, COMMUNITY GARAGE SALE dial 713.358.8400 and enter the Access Code 0983022. Friendswood Development Company on behalf of East May 30, 8am - 3pm. Call today for more information: Montgomery County Municipal Utility District No. 6reserves the right to reject any and all bids. The Successful Rain Date June 6 855-722-3900 Bidder, if any, will be the responsible Bidder which in the Board’s judgment will be most advantageous to the From I-45 take Tamina, Woodson District and result in the best and most economical completion of the Project. (Texas Water Code 49.273) or Robinson Rd. East. Follow signs to White Oak Estates Bid security in the form of bid bond or cashier’s check payable to Friendswood Development Company on behalf of East Montgomery County Municipal Utility District No. 6 in an amount not less than five percent (5%) of the Bid submitted, must accompany each Bid. AUTOS The requirements of Subchapter J, Chapter 552, Government Code, may apply to this Bid and/or Contract and 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. AUTOS WANTED LEGALS LEGALS Bidder/Contractor declares that it has not received from agovernmental body anotice of noncompliance with a bCash paid for CARS, provision of Subchapter J, Chapter 552, Texas Government Code, or, if such notice has been received, Trucks,RV’s.AllVehicles BIDS & PROPOSALS BIDS & PROPOSALS bidder/contractor has taken adequate steps to ensure future compliance with such subchapter and has provided 832-562-8627 or upon request will provide documentation of same. Conroe Independent School District requests proposals through the Conroe ISD ebid system for the following until the time and date shown: RFP #20-04-12-Award Jackets SECTION 00 11 16 DUE DATE: June 18, 2020 @ 12:00 PM (CT) INVITATION TO BIDDERS Vendors shall register online at https://conroeisd.ionwave.net/Login.aspx. The Board of Trustees of the Conroe Independent School District reserves Sealed Bids, in duplicate, addressed to Conroe MUD No. 1 , will be received at the office of Bleyl Engineering, 100 the right to reject any or all offers and to waive any formalities or irregu- Nugent St. Conroe, Texas 77301, until 10:00 a.m. Local Time, June 17, 2020 at 10:00 a.m. , and then publicly larities and to make the award of the contract in the best interest of the opened and read for “furnishing all material, equipment, labor and supervision necessary” for: school district. MacKenzie Creek Section 2 Lift Station Conroe, Texas

Scope of Work of the Contract includes the following: Installation of a submersible pump sanitary sewer lift station and force main including all necessary appurtenances within Mackenzie Creek Section 2. Bids received after the closing time will be returned unopened. A pre-bid conference will be held on June 10, LEGALS LEGALS LEGALS 2020 at 10:00 a.m. Local Time, at the office of ENGINEER, 100 Nugent St. Conroe, Texas 77301. Attendance is NON-MANDATORY.

BIDS & PROPOSALS BIDS & PROPOSALS BIDS & PROPOSALS 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 INVITATION TO BID enter into the Contract and execute the Bonds on the forms provided, and provide the required insurance certifi- cates within seven (7) days after the date Contract Documents are received by the Contractor. Sealed bids in duplicate addressed to The City of Montgomery will be received at the City of Montgomery City Hall, 101 Old Plantersville Road, Montgomery, Texas 77316, until 10:30am, Wednesday, July 1, 2020,and then Copies of the bidding documents may be obtained from www.CivcastUSA.com: search Bleyl. Bidders must publicly opened and read for furnishing all plant, labor, material and equipment and performing all work required register on this website in order to view and/or download specifications, plans, soils report, and environmental for the construction of: Downtown Waterline Replacement for The City of Montgomery. Any bids received after reports for this Project. There is NO charge to view or download documents. the bid deadline will not be accepted for consideration. The Owner reserves the right to reject any or all Bids and to waive all defects and irregularities in bidding or bid- The project is located adjacent to the northern right-of-way of State Highway 105 beginning 118 linear feet west ding process except time of submitting a Bid. The Successful Bidder, if any, will be the responsible Bidder which of Shepperd Street and ending at the intersection of State Highway 105 and McCowan Street, adjacent to the in the Board’s judgment will be most advantageous to the District and result in the best and most economical eastern right-of-way of Houston Street beginning at the intersection of State Highway 105 and ending at the City completion of the Project. of Montgomery Water Plant, adjacent to the eastern right-of-way of Pond Street beginning at the intersection of State Highway 105 and ending at the intersection of Farm to Market Road 149, and adjacent to the eastern right- The requirements of Subchapter J, Chapter 552, Government Code, may apply to this Bid and/or Contract and the Contractor agrees that the Contract can be terminated if the Contractor knowingly or intentionally fails to of-way of Farm to Market Road 149 beginning 500 linear feet south of the intersection of Clepper Street comply with a requirement of that subchapter. and ending at the intersection of Berkley Street. (Montgomery County Key Map No. 123-V). The project includes but is not limited to approximately 3,400 linear feet of 12-inch (12”) waterline replacement by open cut and Conroe MUD No. 1 trenchless methods; 1,100 linear feet of fusible 12-inch (12”) waterline by pipebursting; 10 flushing valves; and site restoration.

For construction contracts $50,000 and over but less than $250,000, the bidder shall submit a certified or cashier’s check on a responsible bank in the State equal to two percent (2%) cashier’s check or five percent (5%) bid INVITATION TO BIDDERS bond of the maximum total bid amount. For construction contracts over $250,000, the bidder shall submit either a 2% certified or cashier’s check or a five percent (5%) bid bond of the maximum total bid amount. Make the SEALED PROPOSALS addressed to Friendswood Development Company on behalf of East Montgomery County cashier’s check or bid bonds payable to the Owner. Municipal Utility District No. 7 for construction of the Paving and Appurtenances to Serve Tavola Section 29, LJA Job No. 6969-1229, will be received at the office of LJA Engineering, Inc., 2929 Briarpark Drive, Suite 150, Plans, specifications, and bidding documents are available at www.civcastusa.com. Said documents may be Houston, Texas 77042, until 2:30 p.m., Thursday, June 11, 2020, and then publicly opened and read aloud. Due examined without charge by appointment in the office of Jones & Carter, Inc. 1575 Sawdust Road, Suite 400, The to the pandemic and the Federal guidelines of not gathering in groups of more than 10 people, people of the Woodlands, Texas 77380. 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. ATTENTION: Pursuant to Texas Government Code 2252.908, you must be able to provide The City of Mont- gomery (the “City”) with a printed, executed, and notarized original of a completed Certificate of Interested Copies of the Plans and Specifications may be obtained from the Engineer for a non-refundable fee of $95.00 Parties from (Form 1295) with the bid. Failure to do so will result in the City’s inability to execute the contract. per set ($50.00 for electronic copy). To complete the disclosure of interested parties form, or for further information, please visit the Texas Ethics Commission’s website at https://www.ethics.state.tx.us. Friendswood Development Company on behalf of East Montgomery County Municipal Utility District No. 7 will hold a non-mandatory audio pre-bid conference at the office of LJA Engineering, Inc., 2929 Briarpark Drive, Suite There will be two pre-bid conferences at the City of Montgomery City Hall, 101 Old Plantersville Road, 150, Houston, Texas 77042, at 2:30 p.m., Thursday, June 4, 2020. To attend the audio pre-bid conference, dial Montgomery, Texas 77316, at 10:30am, Wednesday, June 17, 2020 and 10:30am, Wednesday, June 24, 2020. 713.358.8400 and enter the Access Code 0943130. Friendswood Development Company on behalf of East Attendance is not mandatory. Montgomery County Municipal Utility District No. 7 reserves 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 most advantageous to the The Owner reserves the right to reject any or all bids and waive any or all irregularities. No bid may be with- District and result in the best and most economical completion of the Project. (Texas Water Code 49.273) drawn until the expiration of 60 days from the date bids are open. Bid security in the form of bid bond or cashier’s check payable to Friendswood Development Company on behalf This contract is contingent upon release of funds from the Texas Water Development Board. Neither the U.S. Envir- of East Montgomery County Municipal Utility District No. 7 in an amount not less than five percent (5%) of the onmental Protection Agency (EPA) or the State of Texas, nor any of its departments, agencies, or employees, are Bid submitted, must accompany each Bid. or will be a party to this bid or any resulting contract. Any contract awarded under this Invitation for Bids is sub- ject to the American Iron and Steel (AIS) requirements of federal law, including federal appropriation acts. The requirements of Subchapter J, Chapter 552, Government Code, may apply to this Bid and/or Contract and bidder/contractor agrees that the Contract can be terminated if the bidder/contractor knowingly or intentionally This contract is subject to the Environmental Protection Agency’s (EPA) Disadvantaged Business Enterprise fails to comply with a requirement of that subchapter. (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 Bidder/Contractor declares that it has not received from agovernmental body anotice of noncompliance with a a good faith effort to award a fair share of contracts, subcontracts, and procurements to M/WBEs through provision of Subchapter J, Chapter 552, Texas Government Code, or, if such notice has been received, demonstration of the six affirmative steps. For more details of the DBE program and the current, applicable fair bidder/contractor has taken adequate steps to ensure future compliance with such subchapter and has provided share goals, please visit http://www.twdb.texas.gov/dbe. or upon request will provide documentation of same. Equal Opportunity in Employment - All qualified Applicants will receive consideration for employment without regard to race, color, religion, sex (including pregnancy), sexual orientation, gender identity, national origin, age (40 or older), disability, or genetic information. Bidders on this work will be required to comply with the Depart- ment of Labor regulations at 41 CFR Part 60-4, relating to Construction Contractors--Affirmative Action Require- ments, which include the President’s Executive Order No. 11246, as amended by Executive Order No. 11375 and Executive Order No. 13672, in the award and administration of contracts awarded under TWDB financial assist- ance agreements. Failure by the Contractor to carry out these requirements is a material breach, which may Electricians result in the termination of the awarded financial assistance. Advertise Plumbers Davis-Bacon prevailing wage requirements apply to the construction, alteration or repair of treatment works car- ried out, in whole or in part, with assistance made available by the Clean Water State Revolving Fund (CWSRF) Handymen or a construction project financed, in whole or in part, from the Drinking Water State Revolving Fund (DWSRF). The Davis-Bacon prevailing wage requirements apply to Contractors and Subcontractors performing on federally your business Painters 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 Concrete excess of $100,000, Contractors and Subcontractors must also, under the provisions of the Contract Work Hours and Safety Standards Act, as amended, pay laborers and mechanics, including guards and watchmen, at least one in our Landscapers and one-half times their regular rate of pay for all hours worked over 40 in a workweek. The Fair Labor Standards Act may also apply to Davis-Bacon covered contracts. Any contracts or subcontracts in excess of $2,000 must in- Tree Services clude the provisions of the Davis-Bacon Wage Rate Requirements found in TWDB Guidance No. DB-0156. Wage De- terminations - U.S. Department of Labor (DOL) wage determination must be included in the bidding and contract Service Directory documents. DOL wage determinations may be obtained online at http://www.wdol.gov/. Once it is determined Legal Services that Davis-Bacon wage rates will apply to a construction contract, the Applicant must state in the solicitation that Davis-Bacon prevailing wage rates are applicable and bid packages must include the current Davis-Bacon general And More wage determination for the area where construction will occur. While the solicitation remains open, the Appli- cant must monitor www.wdol.gov on a weekly basis to ensure that the wage determination contained in the solicita- tion remains current. The Applicant must amend the solicitation if the DOL issues a modification more than 10 days prior to the closing date (i.e. bid opening) for the solicitation. If DOL modifies or supersedes the applicable wage Call today for more information: determination less than 10 days prior to the closing date, the Applicant may request a finding from TWDB that there is not reasonable time to notify interested Contractors of the modification of the wage determination. For additional information on Davis-Bacon Wage Rate Requirements and its applicability to this contract, please consult TWDB 855-722-3900 Guidance No. DB-0156.

Given under my hand and seal of office, Montgomery, Texas this the 21st day of May, 2020. /s/ Susan Hensley, City Secretary Local MattersTM