classifieds · lone star farm | round top, texas invitation to bidders sealed bids, in duplicate,...

7
AUGUST 31-SEPTEMBER 6, 2018 HOUSTON BUSINESS JOURNAL 39 Equity Secured Capital REAL ESTATE PRIVATE LOANS www.equitysecured.com | 512-732-8338 Texas Direct Private Lender Close in 7 Days • Only 1% Fee MARKETPLACE DISTINCTIVE LIVING Get Results Showcase your homes in the Business Marketplace! For more information or to speak to an Ad Representitive call 713-688-8811 to advertise Historically Significant Property |12.9 Acres | 1865 3/1.5 Farmhouse | 1830 Log Cabin Early 1900’s Cabin | Entertainment Barn | Important Antiques & Décor 2218hartfieldroad.com | TxLS # 112170 | Offered at $1,499,000 101 MAIN STREET | 979.249.5732 | ROUNDTOPREALESTATE.COM FRANK HILLBOLT REALTOR® Associate/Co-Owner 979.249.6402 [email protected] LONE STAR FARM | ROUND TOP, TEXAS INVITATION TO BIDDERS Sealed Bids, in duplicate, addressed to D.R. Horton – Texas, Ltd. on behalf of Timber Lane Utility District, Attention Eric Windsor, will be received at the office of Van De Wiele & Vogler, Inc., 2925 Briarpark Drive, Suite 275, Houston, Texas 77042, until 10:30 AM Local Time, September 7, 2018, and then publicly opened and read for “Clearing and Grubbing to Serve Breckenridge West Phase 1 within Timber Lane Utility District, Harris County, Texas” Scope of Work of the Contract includes the following: Clearing and Grubbing for Breck- enridge West Phase 1 Bids received after the closing time will be returned unopened. A NON-MANDATORY pre-bid conference will be held on August 31, 2018, at 10:30 AM Local Time, at the office of Van De Wiele & Vogler, Inc. 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 enter into the Contract and execute the Bonds on the forms provided, and provide the required insurance certificates within seven (7) days after the date Contract Documents are received by the Contractor. Copies of the bidding documents are on file at the following locations: Copies of the bidding documents may be obtained from www.CivcastUSA.com: search 05235-001-1-CLG. Bidders must register on this website in order to view and/or download specifications, plans, soils report, and environmental reports for this Project. ere is NO charge to view or download documents. Bidding documents may be examined at the above locations or may be obtained by pro- spective bidders or suppliers upon payment of One Hundred Fifty Dollars ($150.00 non- refundable plus cost of delivery) for each set of documents at Van De Wiele & Vogler, Inc. e Owner reserves the right to reject any or all Bids and to waive all defects and irregulari- ties in bidding or bidding process except time of submitting a Bid. e Successful Bidder, if any, will be the responsible Bidder which in the Board’s judgment will be most advantageous to the District and result in the best and most economical completion of the Project. D.R. HORTON – TEXAS, LTD. NOTICE TO CREDITORS NO. 468564 NOTICE OF APPOINTMENT Notice is hereby given that Original Letters Testamentary for the Estate of DIANN CAROLE RESNICK, Deceased, were issued on August 13, 2018 in Cause No. 468564 pending in the Probate Court No. 2 of Harris County, Texas to: HOLLY SUSAN RESNICK, Independent Executor All claims against the Estate of DIANN CAROLE RESNICK, Deceased, should be presented to: Frederick L. Fuhr, Attorney at Law, 107 Landing Blvd., Suite F, League City, Texas 77573. All persons having claims against this Estate which is currently being administered are required to present them within the time and manner prescribed by law. DATED this 28th day of August, 2018. e Fuhr Law Firm /s/ Frederick L. Fuhr, Attorney for the Estate. NOTICE TO CREDITORS NO. 18-CPR-031844 NOTICE OF APPOINTMENT Notice is hereby given that Original Letters of Independent Administration for the Estate of NELSON DOUGLAS WADE, Deceased, were issued on July 30, 2018 in Cause No. 18-CPR-031844 pending in the County Court at Law No. 3 of Fort Bend County, Texas to: DOUGLAS EUGENE WADE, Independent Administrator All claims against the Estate of NELSON DOUGLAS WADE, Deceased, should be presented to: Stephen G. Hunt, Attorney at Law, 888 Avenue D, Suite B, Katy, Texas 77493-2780. All persons having claims against this Estate which is currently being administered are required to present them within the time and manner prescribed by law. DATED this 28th day of August, 2018. /s/ Stephen G. Hunt, Attorney for the Estate. NOTICE TO CREDITORS NO. 468789 NOTICE OF APPOINTMENT Notice is hereby given that Original Letters Testamentary for the Estate of ALVIN RAY MOORE, Deceased, were issued on August 22, 2018 in Cause No. 468789 pending in the Probate Court No. 3 of Harris County, Texas to: MARILYN PRUEH, Independent Executrix All claims against the Estate of ALVIN RAY MOORE, Deceased, should be presented to: Barry Evans, Attorney at Law, 550 N. Egret Bay Blvd, League City, Texas 77573. All persons having claims against this Estate which is currently being administered are required to present them within the time and manner prescribed by law. DATED this 28th day of August, 2018. /s/ Barry Evans, Attorney for the Estate. INVITATION TO BID Sealed bids may be submitted either (i) electronically using the CivCast USA (“CivCast”) website (www.civcastusa.com), or (ii) Paper copy in duplicate. Bids will be received by CW SCOA West, LP, on behalf of Harris County Municipal Utility District No. 502 at the office of the Engineer for the District, EHRA, 10555 Westoffice Drive, Houston, Texas 77042, and electronic bids delivered via the CivCast website, until 2:30 p.m., ursday, September 27, 2018, at which time all bids will be publicly opened and read for the construction of the project: HARRIS COUNTY MUNICIPAL UTILITY DISTRICT NO. 502 WATER DISTRIBUTION, WASTEWATER COLLECTION AND STORM WA- TER FACILITIES TO SERVE TOWNE LAKE, SECTION FIFTY TWO PROJECT NO. 061-059-52 DST (J) A mandatory Pre-Bid Conference will be held on ursday, September 20, 2018 at 2:30 p.m. at the office of the Engineer for the District, EHRA, 10555 Westoffice Drive, Houston, Texas. Project scope shall include the installation of approximately 4,100 LF of 4”-8” PVC water line; 3,040 LF 8” PVC sanitary sewer; and 3,580 LF of 24”-60” RCP storm sewer. e project site is located on Harris County Key Map No. 367 J, N. e above described construction will be performed in accordance with plans and speci- fications and any addenda thereto which may be issued prior to the opening of bids. Plans, specifications and bid documents may be viewed and downloaded free of charge or the option to purchase hard copies on the CivCastUSA Website (www.CivCastUSA.com). Documents are also available for review at the office of the Engineer or Houston area plan rooms. Each Bid must be accompanied by a Certified or Cashier’s Check, from a responsible bank in the State of Texas, or a Bid Bond, issued by a surety legally authorized to do business in the State of Texas, equal to five percent (5%) of the total bid amount. Make the Cashier’s Check, Certified Check or Bid Bond payable to the Owner. e Owner reserves the right to reject any or all bids or to accept any bid deemed advanta- geous to it and waive informalities in bidding. All bids received after the closing time above designated will be returned unopened. NOTICE TO CREDITORS NO. PR 38564 NOTICE OF APPOINTMENT Notice is hereby given that Original Letters Testamentary for the Estate of GORDON L. MCMAHON, Deceased, were issued on August 29, 2018 in Cause No. PR 38564 pending in the Probate Court No. 4 of Brazoria County, Texas to: GLORIA J. MCMAHON, Independent Executor All claims against the Estate of GORDON L. MCMAHON, Deceased, should be presented to: James T. Fletcher, Attorney at Law, 1414 S. Friendswood Dr., Friendswood, Texas 77546. All persons having claims against this Estate which is currently being administered are required to present them within the time and manner prescribed by law. DATED this 29th day of August, 2018. /s/ James T. Fletcher, Attorney for the Estate. NOTICE TO CREDITORS NO. PR 0078690 NOTICE OF APPOINTMENT Notice is hereby given that Original Letters Testamentary for the Estate of ROBERT JOSEPH FEE III Deceased, were issued on May 31, 2018 in Cause No. PR 0078690 pending in the Probate Court of Galveston County, Texas to: LINDA F. FEE, Independent Executrix All claims against the Estate of ROBERT JOSEPH FEE III, Deceased, should be presented to: James W. Woltz, Attorney at Law, 205 E. Edgewood Dr., Friendswood, Texas 77546. All persons having claims against this Estate which is currently being administered are required to present them within the time and manner prescribed by law. DATED this 29th day of August, 2018. /s/ James W. Woltz, Attorney for the Estate. INVITATION TO BID Sealed bids in duplicate addressed to Harris County Municipal Utility District No. 26 will be received in the offices of Jones & Carter, Inc., Consulting Engineers, 1575 Sawdust Road, Suite 400, e Woodlands, Texas 77380, until 11:00 a.m., September 14, 2018, and then publicly opened and read for furnishing all plant, labor, material and equipment and perform- ing all work required for the construction of: Deerbrook Channel Maintenance for Harris County Municipal Utility District No. 26, will be presented to Harris County Municipal Utility District No. 26 Board of Directors for approval. e majority of the work consists of channel erosion repair and installation of riprap around nine outfalls. e project is located in northeast Harris County north of the intersection of FM 1960 and Deerbrook Park Boulevard in Harris County Municipal Utility District No. 26. 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 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 cashier’s check or bid bonds payable to the Owner. nn Bid bonds will not be accepted. Plans, specifications, and bidding documents are available at www.civcastusa.com. Said documents may be examined without charge in the office of Jones & Carter, Inc. Construction Division, 1575 Sawdust Road, Suite 400, e Woodlands, Texas 77380. ATTENTION: Pursuant to Texas Government Code 2252.908, you must be able to provide Harris County Municipal Utility District No. 26 (the “District”) with a printed, executed and notarized original of a completed Certificate of Interested Parties form (Form 1295) with the bid. Failure to do so will result in the District’s inability to execute the contract. 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. ere will be a pre-bid conference in the offices of Jones & Carter, Inc., 1575 Sawdust Road, Suite 400, e Woodlands, Texas 77380 at 11:00 a.m., September 7, 2018. Attendance is not mandatory. e Owner reserves the right to reject any or all bids and waive any or all irregularities. No bid may be withdrawn until the expiration of 60 days from the date bids are open. LEGALS NOTICE TO CREDITORS ADVERTISE YOUR LEGAL NOTICES call 713-395-9625 with a little more class. CLASSIFIEDS...

Upload: others

Post on 17-Jun-2020

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: CLASSIFIEDS · LONE STAR FARM | ROUND TOP, TEXAS INVITATION TO BIDDERS Sealed Bids, in duplicate, addressed to D.R. Horton – Texas, Ltd. on behalf of Timber Lane Utility District,

AUGUST 31-SEPTEMBER 6, 2018 HOUSTON BUSINESS JOURNAL 39

Equity Secured Capital

REAL ESTATEPRIVATE LOANS

www.equitysecured.com | 512-732-8338

Texas Direct Private LenderClose in 7 Days • Only 1% Fee

MARKETPLACE DISTINCTIVE LIVING

Get ResultsShowcase your homes in the

Business Marketplace!For more information or to speak to an

Ad Representitive call 713-688-8811 to advertise

Historically Significant Property |12.9 Acres | 1865 3/1.5 Farmhouse | 1830 Log Cabin Early 1900’s Cabin | Entertainment Barn | Important Antiques & Décor

2218hartfieldroad.com | TxLS # 112170 | Offered at $1,499,000

101 MAIN STREET | 979.249.5732 | ROUNDTOPREALESTATE.COM

FRANK HILLBOLTREALTOR® Associate/[email protected]

LONE STAR FARM | ROUND TOP, TEXAS

INVITATION TO BIDDERSSealed Bids, in duplicate, addressed to D.R. Horton – Texas, Ltd. on behalf of Timber

Lane Utility District, Attention Eric Windsor, will be received at the office of Van De Wiele & Vogler, Inc., 2925 Briarpark Drive, Suite 275, Houston, Texas 77042, until 10:30 AM Local Time, September 7, 2018, and then publicly opened and read for “Clearing and Grubbing to Serve Breckenridge West Phase 1 within Timber Lane Utility District, Harris County, Texas”

Scope of Work of the Contract includes the following: Clearing and Grubbing for Breck-enridge West Phase 1

Bids received after the closing time will be returned unopened. A NON-MANDATORY pre-bid conference will be held on August 31, 2018, at 10:30 AM Local Time, at the office of Van De Wiele & Vogler, Inc.

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 enter into the Contract and execute the Bonds on the forms provided, and provide the required insurance certificates within seven (7) days after the date Contract Documents are received by the Contractor.

Copies of the bidding documents are on file at the following locations: Copies of the bidding documents may be obtained from www.CivcastUSA.com: search

05235-001-1-CLG. Bidders must register on this website in order to view and/or download specifications, plans, soils report, and environmental reports for this Project. There is NO charge to view or download documents.

Bidding documents may be examined at the above locations or may be obtained by pro-spective bidders or suppliers upon payment of One Hundred Fifty Dollars ($150.00 non-refundable plus cost of delivery) for each set of documents at Van De Wiele & Vogler, Inc.

The Owner reserves the right to reject any or all Bids and to waive all defects and irregulari-ties in bidding or bidding process except time of submitting a Bid. The Successful Bidder, if any, will be the responsible Bidder which in the Board’s judgment will be most advantageous to the District and result in the best and most economical completion of the Project.

D.R. HORTON – TEXAS, LTD.

NOTICE TO CREDITORSNO. 468564

NOTICE OF APPOINTMENT Notice is hereby given that Original Letters Testamentary for the Estate of DIANN CAROLE RESNICK, Deceased, were issued on August 13, 2018 in Cause No. 468564 pending in the Probate Court No. 2 of Harris County, Texas to:

HOLLY SUSAN RESNICK, Independent Executor

All claims against the Estate of DIANN CAROLE RESNICK, Deceased, should be presented to: Frederick L. Fuhr, Attorney at Law, 107 Landing Blvd., Suite F, League City, Texas 77573.All persons having claims against this Estate which is currently being administered are required to present them within the time and manner prescribed by law. DATED this 28th day of August, 2018. The Fuhr Law Firm /s/ Frederick L. Fuhr, Attorney for the Estate.

NOTICE TO CREDITORSNO. 18-CPR-031844

NOTICE OF APPOINTMENT Notice is hereby given that Original Letters of Independent Administration for the Estate of NELSON DOUGLAS WADE, Deceased, were issued on July 30, 2018 in Cause No. 18-CPR-031844 pending in the County Court at Law No. 3 of Fort Bend County, Texas to:

DOUGLAS EUGENE WADE, Independent Administrator

All claims against the Estate of NELSON DOUGLAS WADE, Deceased, should be presented to: Stephen G. Hunt, Attorney at Law, 888 Avenue D, Suite B, Katy, Texas 77493-2780.All persons having claims against this Estate which is currently being administered are required to present them within the time and manner prescribed by law. DATED this 28th day of August, 2018. /s/ Stephen G. Hunt, Attorney for the Estate.

NOTICE TO CREDITORSNO. 468789

NOTICE OF APPOINTMENT Notice is hereby given that Original Letters Testamentary for the Estate of ALVIN RAY MOORE, Deceased, were issued on August 22, 2018 in Cause No. 468789 pending in the Probate Court No. 3 of Harris County, Texas to:

MARILYN PRUEH, Independent Executrix

All claims against the Estate of ALVIN RAY MOORE, Deceased, should be presented to: Barry Evans, Attorney at Law, 550 N. Egret Bay Blvd, League City, Texas 77573.All persons having claims against this Estate which is currently being administered are required to present them within the time and manner prescribed by law. DATED this 28th day of August, 2018. /s/ Barry Evans, Attorney for the Estate.

INVITATION TO BIDSealed bids may be submitted either (i) electronically using the CivCast USA (“CivCast”)

website (www.civcastusa.com), or (ii) Paper copy in duplicate. Bids will be received by CW SCOA West, LP, on behalf of Harris County Municipal Utility District No. 502 at the office of the Engineer for the District, EHRA, 10555 Westoffice Drive, Houston, Texas 77042, and electronic bids delivered via the CivCast website, until 2:30 p.m., Thursday, September 27, 2018, at which time all bids will be publicly opened and read for the construction of the project:

HARRIS COUNTY MUNICIPAL UTILITY DISTRICT NO. 502WATER DISTRIBUTION, WASTEWATER COLLECTION AND STORM WA-

TER FACILITIES TO SERVE TOWNE LAKE, SECTION FIFTY TWOPROJECT NO. 061-059-52 DST (J)

A mandatory Pre-Bid Conference will be held on Thursday, September 20, 2018 at 2:30 p.m. at the office of the Engineer for the District, EHRA, 10555 Westoffice Drive, Houston, Texas.

Project scope shall include the installation of approximately 4,100 LF of 4”-8” PVC water line; 3,040 LF 8” PVC sanitary sewer; and 3,580 LF of 24”-60” RCP storm sewer. The project site is located on Harris County Key Map No. 367 J, N.

The above described construction will be performed in accordance with plans and speci-fications and any addenda thereto which may be issued prior to the opening of bids. Plans, specifications and bid documents may be viewed and downloaded free of charge or the option to purchase hard copies on the CivCastUSA Website (www.CivCastUSA.com). Documents are also available for review at the office of the Engineer or Houston area plan rooms.

Each Bid must be accompanied by a Certified or Cashier’s Check, from a responsible bank in the State of Texas, or a Bid Bond, issued by a surety legally authorized to do business in the State of Texas, equal to five percent (5%) of the total bid amount.  Make the Cashier’s Check, Certified Check or Bid Bond payable to the Owner.

The Owner reserves the right to reject any or all bids or to accept any bid deemed advanta-geous to it and waive informalities in bidding. All bids received after the closing time above designated will be returned unopened.

NOTICE TO CREDITORSNO. PR 38564

NOTICE OF APPOINTMENT Notice is hereby given that Original Letters Testamentary for the Estate of GORDON L. MCMAHON, Deceased, were issued on August 29, 2018 in Cause No. PR 38564 pending in the Probate Court No. 4 of Brazoria County, Texas to:

GLORIA J. MCMAHON, Independent Executor

All claims against the Estate of GORDON L. MCMAHON, Deceased, should be presented to: James T. Fletcher, Attorney at Law, 1414 S. Friendswood Dr., Friendswood, Texas 77546.All persons having claims against this Estate which is currently being administered are required to present them within the time and manner prescribed by law. DATED this 29th day of August, 2018. /s/ James T. Fletcher, Attorney for the Estate.

NOTICE TO CREDITORSNO. PR 0078690

NOTICE OF APPOINTMENT Notice is hereby given that Original Letters Testamentary for the Estate of ROBERT JOSEPH FEE III Deceased, were issued on May 31, 2018 in Cause No. PR 0078690 pending in the Probate Court of Galveston County, Texas to:

LINDA F. FEE, Independent Executrix

All claims against the Estate of ROBERT JOSEPH FEE III, Deceased, should be presented to: James W. Woltz, Attorney at Law, 205 E. Edgewood Dr., Friendswood, Texas 77546.All persons having claims against this Estate which is currently being administered are required to present them within the time and manner prescribed by law. DATED this 29th day of August, 2018. /s/ James W. Woltz, Attorney for the Estate.

INVITATION TO BIDSealed bids in duplicate addressed to Harris County Municipal Utility District No. 26 will

be received in the offices of Jones & Carter, Inc., Consulting Engineers, 1575 Sawdust Road, Suite 400, The Woodlands, Texas 77380, until 11:00 a.m., September 14, 2018, and then publicly opened and read for furnishing all plant, labor, material and equipment and perform-ing all work required for the construction of: Deerbrook Channel Maintenance for Harris County Municipal Utility District No. 26, will be presented to Harris County Municipal Utility District No. 26 Board of Directors for approval.

The majority of the work consists of channel erosion repair and installation of riprap around nine outfalls.

The project is located in northeast Harris County north of the intersection of FM 1960 and Deerbrook Park Boulevard in Harris County Municipal Utility District No. 26.

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 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 cashier’s check or bid bonds payable to the Owner. nn Bid bonds will not be accepted.

Plans, specifications, and bidding documents are available at www.civcastusa.com. Said documents may be examined without charge in the office of Jones & Carter, Inc. Construction Division, 1575 Sawdust Road, Suite 400, The Woodlands, Texas 77380.

ATTENTION: Pursuant to Texas Government Code 2252.908, you must be able to provide Harris County Municipal Utility District No. 26 (the “District”) with a printed, executed and notarized original of a completed Certificate of Interested Parties form (Form 1295) with the bid. Failure to do so will result in the District’s inability to execute the contract. 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.

There will be a pre-bid conference in the offices of Jones & Carter, Inc., 1575 Sawdust Road, Suite 400, The Woodlands, Texas 77380 at 11:00 a.m., September 7, 2018. Attendance is not mandatory.

The Owner reserves the right to reject any or all bids and waive any or all irregularities. No bid may be withdrawn until the expiration of 60 days from the date bids are open.

LEGALS

NOTICE TO CREDITORS

ADVERTISE

YOUR

LEGAL

NOTICES call

713-395-9625

with a little more class.CLASSIFIEDS...

Page 2: CLASSIFIEDS · LONE STAR FARM | ROUND TOP, TEXAS INVITATION TO BIDDERS Sealed Bids, in duplicate, addressed to D.R. Horton – Texas, Ltd. on behalf of Timber Lane Utility District,

LEGALS

1. 3-K Partnership 2. 6 Bar Corporation 3. 786 Management & Investment Group 4. AAA Storage FM 2920-Tomball 5. AAA Storage- NW Freeway 6. ABC Home & Commercial Pest Control 7. AB-Care, Inc. 8. ABNA Management, LLC 9. Abshire, Danny 10. AC & W Holdings LLC 11. Accelerated Production Systems, Inc. 12. Adams Ranches, Inc., Bud 13. Aguilar, Francisco 14. Aguilera, Frank 15. Air Innovations LLC 16. Aitken, Brad 17. Akin III, Jess W. 18. Alfano, Nick & Deah 19. All Stars Auto Sales 20. Alleyton Resources 21. Allstar Landscaping Inc 22. AMAG Corp 23. Anderson, Keith 24. Ann-Wayne, Ltd. 25. Arella Self Storage Perry Road 26. Armadillo Global, Inc. 27. Arzell, Inc. 28. Audrey Marie Holdings LLC 29. B & B Real Estate, LLC 30. Bailey DDS Cory W. 31. Baker Cox, LLC 32. Ballard & Associates 33. Barker Utilities, LP 34. Barnett, William 35. Barrister Creek HOA 36. Barton, James D. & Cynthia A. 37. Bayne, Roy L. 38. Beckendorf, Arlie 39. Bennett, Craig 40. Ben's Construction 41. Bhat, Krishnakumar 42. Binner Holdings, Ltd 43. Bio Landscape & Maintenance, Inc. 44. Blackhorse Storage 45. Blacklock Storage-Tomball 46. Blakeley, Lana 47. Blue Grass Chemical Specialties, LLC 48. Blue Moon Storage 49. Bocanegra, Victor 50. Bohannon III, James 51. Bonilla, Jesus Armando 52. Borcherding, Randolph 53. Bosniaks Cultural Community of Houston 54. Boudreaux Road, LLC 55. Bowling, Tracy 56. Boyle Sr., Ricke K. 57. Braughton, Chris 58. Brazda, Paula Zapalkova 59. Bridgeland Development, LP 60. Bridgelands/Howard Hughes Corporation 61. BRIJ Enterprises, Inc. 62. BRIJ Realty Inc 63. Britton, George 64. Broad Ocean Motors 65. Bullion Coatings 66. Busby Way Holdings, LLC 67. Bussell & Sons, Inc. 68. BWG Group, The 69. Byrne, Cheryl 70. Cabana Leasing 71. Caine Management 72. Cammack, Chris & Felicia 73. Campbell Concrete & Materials, LP 74. Canal Barge Company 75. Canon Mathis Cemetery LLC 76. Carrington at Barker Cypress 77. Carrizales, Jose G. 78. CCI HDD Holdings Inc. 79. CEG Investments LLC 80. CEMEX Construction Materials Houston, LLC 81. Central Baptist Church 82. Central Wire Industries 83. Cepak Holdings, LP 84. Chaddick, Paton & Lourinda 85. Champions Maintenance 86. Chasewood Environmental 87. Chateau Polonez 88. Chavez, Jesus & Laura 89. Chavez, Jose 90. Chavez, Jose Antonio 91. Chavez, Manuel 92. Chavez, Rigoberto & Rosa 93. Checkmate Enterprises LLC 94. Cheer United, LLC

95. Chesser, Charles, Kevin & Mita 96. China Industrial Manufacturing Group 97. Choukair, Khaled 98. Christ Family Church 99. Christ United Church 100. Church at Cross Lake, Inc., The 101. Church in Houston 102. Coats, Brandi 103. Coe Jr. E.W. 104. Cole, Randy 105. Collins, Timothy B and Pamela S 106. Comcast Cable 107. Concrete Services, Inc. 108. Contractor's Source, Inc. 109. Copper Village HOA 110. Course Construction Group LLC 111. Covenant Academy 112. Cox, Thomas P. 113. CRC Mastercraft Properties, Inc. 114. Crown of Life Lutheran Church 115. CS&P Technologies, LP 116. CST Brand's, Inc. 117. Cullen Business Park 118. Cullen, Gary 119. Curiel, Luis Enrique 120. Cypress Christian School 121. Cypress Family Dental, Inc. 122. Cypress Fellowship 123. Cypress Islamic Center 124. Cypress N. Houston Business Ctr. 125. Cypress Point CIA 126. Cypress Point Industrial Park 127. Cypress Self Storage LTD 128. Czichos, Michael 129. Czichos, Michael and Sandra 130. Daigle, Joseph E. 131. Dalton Investments (Roy Brown) 132. Davis, Randy 133. De Nina, Russell 134. Deal Oil, Inc. 135. Dejesus, Rafael M. 136. Denault, Greg 137. Dennis Greensage, LLC 138. Derrington, William 139. Doan, Christine 140. Dogwood Estates HOA 141. Dogwood Investors, Inc. 142. Dollar, David 143. Drake Plastics 144. Dream Ballroom, LLC 145. Duncombe, Jeff 146. Dundee Business Park, LLC. 147. Durotech 148. EGL Real State LLC 149. El Buen Pastor Baptist Church 150. Enmon Family Irrevocable Trust 151. EPW Development 152. Espinoza, Ruben 153. F. S. Clay LLC 154. Fairfield Baptist Church 155. Fairfield Mini-Storage 156. Faith Baptist Church 157. Faith West Inc. 158. Falvey, Roger 159. Fehlau, Glenn 160. Fere Investments, Inc. 161. Fernandez, Rigoberto 162. Fireworks World 163. First & First Farm, Inc. 164. First Class Realty Inc 165. Fit Chef Enterprises LLC 166. Flores, Baltazar 167. Flores, Felipe 168. Flores, Guadalupe 169. Flores, Lupe 170. Flores, N.I., a Partnership 171. Florio Jr., Vincent 172. Flow Process Technologies 173. FM 529 Westgreen Holdings, LLC. 174. Foteh, Mark 175. Fountain of Life Fellowship 176. Fraley, Oscar 177. Franklin Square Property Owners 178. Franklin's 179. Franz RD Business Park LTD 180. Fulshear Enterprises LLC 181. Funk, John Scott 182. Galloway, Michael A. 183. Garcia, Eloy 184. Garcia, Luis 185. Garcia, Maria 186. Garcia, Marte & Alma 187. Gateway Fellowship, Inc. 188. GBW Rail Services Hockley Plant

189. Giese, Priscilla 190. Gilbert, Doug 191. Gilbreath, Betty 192. Gilchrist, Ronald G. 193. Gilley, Duane 194. Gilliam, Ray M. 195. Girl's Country of Houston, Inc. 196. Glocal Mission 197. Golden Bank N.A. 198. Gomez, Elvira P. 199. Gonzales, Armando 200. Gonzales, Thomas 201. Gonzalez, Eleazar 202. Gonzalez, Jose R. 203. Gonzalez, Juan M 204. Goodman, Vincent 205. Gower Construction 206. Grace Life Baptist Church 207. Graham, Michael 208. Grand Oaks HOA 209. Grand Parkway Industrial, LP 210. Grandway West Annex, LP 211. Grant Road Day Care Center, Inc. 212. Great Oaks Estates HOA 213. Green, Dr. David C. 214. Green, Patrick Allen & Lori 215. Griffith, Brittain K. 216. Grimaldo, Pedro 217. Guerrero, Roberto 218. Gulf Coast Stabilized Materials 219. Gulf Rice Milling, Inc. 220. Gutierrez, Alfonso 221. H & H Design 222. Hallett Materials 223. Halter Inc. 224. Hanson Aggregates, LLC 225. Harding, Michael 226. Harris County Emergency Service District No. 80 227. Harris County Improvement District No. 13 228. Harris County Precinct 4 229. Harris County Water Corp 230. Harrison, David 231. Harvest Bible Chapel Houston NW 232. Haven Lakes Estates HOA 233. Hearthstone Schools Inc. 234. Hederhorst, George 235. Heite, William K. 236. Helfrich, Clarence 237. Hendricks, Steve 238. Hendrickson, Sharon 239. Heritage Ranch, Inc. 240. Herrera, Guillermo 241. Hibah, Inc. 242. HK Properties, LLC 243. HLB Harris Group 244. Hock, Christy E. 245. Hockley Fertilizer, Inc. 246. Hockley Stock Yards, Inc. 247. Hoffpauir, Stanley C. 248. Hohman Associates, Inc. 249. Hopson Enterprises, LP 250. Hord Vending 251. Hosanna Church 252. Hosanna Community Church 253. Hosseini, Arash 254. House, Calvin V. 255. Houston Garden Center # 28 256. Houston PFG Inc. 257. Houston Sans Souci 258. Houston Specialty Products Co. 259. Howard Hughes Corporation Bridgeland, The 260. Huber, Anthony & Liezel 261. Huffmeister, Jody 262. Humphrey, Bob 263. Huntington Woods HOA 264. Icon Martial Arts Academy 265. Iglesia Mision Chritiana Camino al Cielo 266. Incarnatio Consecratio Missio 267. Innovative Surfaces of Texas 268. Inquest 269. Irontree Properties, LLC 270. J. W. Golfland 271. J4 Enterprises, LLC 272. Jacobs, Barbara 273. Jagged Horse Investment LLC 274. JAMM Properties 275. Jarvis, Roger and Jamie 276. JDFM Telge, LLC 277. Jednota Houston West Lodge 196 278. JGS Investments, Inc. 279. Jimenez, Sergio 280. JL Minn LLC 281. JM Perez Properties

282. John Reed and Co., LLC 283. Johnston- Matejek Development 284. Jon P. Henry Trust 285. Jones Restaurant, Gregory L. 286. Jordan Memorial Church of God In Christ 287. Josey Oil Co., Ltd. 288. JTR Constructors Inc 289. Jurni, LP 290. Just Trees, Inc. 291. Katy Aquatics Team For Youth Inc. 292. Katy Lake Estates HOA 293. Kech I, Ltd. 294. Khan, Saleem 295. Khoury Land Holdings, LLC - 11709 Cypress North Houston Series 296. Kickapoo Ranch Pet Resort 297. Kleb, Edwin 298. Kleins Funeral Home 299. Knox, Edwin D. 300. Kobs Road Joint Venture 301. KW Properties 302. L & R Auto Repair 303. LaBarge Coating 304. Lakewood Forest Kennels 305. Lakewood Resident's Club 306. Lakey-Carr Enterprises Ltd 307. Landmark Industries 042-00 308. Landmark Industries 058-00 309. Landsdowne-Moody 310. Langham Creek Machine 311. Langham Creek Mini Storage 312. Lawrence, David 313. Lemon Thyme Investments 314. Lenert Investments, LLC 315. Lenert, Andrew 316. Leon, Rafael 317. Life Storage, LP 318. Lindsay Lakes 319. Lindsey Construction 320. Little Cypress Cafe LP 321. Little, Joseph L 322. Lone Star Air System 323. Lopez, Leodegaria C. 324. Lopez, Osiel 325. Louetta Leasing, LP 326. Luke, Don 327. M & T Tree Service 328. Machrowicz, Don & Virginia 329. Mainstream Enterprises 330. Maknojia, Rahim 331. Maniha, Mark 332. Manriquez, Omar 333. Masson Stores Services 334. Matt, Richard K. 335. Mayde Creek HOA 336. Mayer, Ronald 337. McDonald, Brenda 338. McMullen Hall Properties 339. McNeice, Russell 340. Meadows, Travis 341. Megasand Enterprises, Inc. 342. Mena Realty, Inc. 343. Mendoza, Benjamin 344. MGS Holdings, LLC. 345. MH1 Investments, Inc. 346. Mikeska, Bruce 347. Miller, Darlene 348. Miller, R. J. 349. Mini Mart Texaco 350. Mira Investments, LLC 351. Mission Pentecostal International 352. MJS Equity, LLC 353. Moffitt, Roy & Patricia 354. Mogas Industries, Inc. 355. Mohammed, Mehdi 356. Monarch Civil Constructors, LLC 357. Montes De Oca, Daniel 358. Morales, Ana Cristina 359. Morris, William Keith 360. MPI/Katy Plaza, Inc. 361. MSC Greenhouse, LLC 362. Mt. Zion Missionary Baptist Church 363. Munoz, Noe 364. Murphy, Mike 365. Murrell, Thomas E. 366. Nabors, Billy 367. Nalesnik, Nathan 368. Nations 249 LLC 369. Neal's Berry Farm 370. Neatherlin, C R 371. Neatherlin, Kenneth 372. Neutrex, Inc. 373. Newberry Properties LP 374. Newton, Norman

375. Nguyen, Huyen 376. Nguyen, Nghia H. 377. Nguyen, Vu 378. Nordic Lights Farm LLC 379. North Cypress Medical Center 380. North Houston Machine 381. Northwest Chinese Baptist Church 382. NRI Brokerage, LLC 383. Nunn Sr., David 384. OCampo, Leon 385. O'Hara Marsh, Michael and Teresa 386. Old Katy Church of Christ 387. Optimized Process Designs 388. Orchid Life Nursery 389. Owners of Sasher Lane 390. Pagitt, Theresa 391. Parsons House Cypress, LLC 392. Passport Construction 393. Patel Group, LLC, The 394. Patterson, Karen 395. Patton Myhre Sourcing, LP 396. Pena, Oswaldo 397. Pigs Unlimited 398. Pinnacle Storage Managers LLC. 399. Pipeline Pigging Products 400. Plantation Lakes CIA 401. Plants for All Seasons 402. Ponder, James 403. Potco Inc. 404. Pristal's Automotive, Inc. 405. Providence Place, Ltd. 406. Quadvest, LP 407. Quigg, Barbara A. 408. Quintanilla, Walter V 409. R & K Weiman MHP, LC 410. R & S Quality Concrete 411. R.V. Clark 412. Racetrac Petroleum, Inc. 413. Rankin, George 414. Rathmann, Craig & Kim 415. Raub, Jim 416. Ravago Manufacturing Americas 417. Raza, Syed 418. RDI Mechanical, Inc. 419. Reach Unlimited, Inc. 420. Reba's Boat & RV Storage LLC 421. Redeemer Church 422. Reese, Debra A 423. Reeves, Randal Allen 424. Response Group, The 425. Richfield Ranch Investments, LP 426. Ridgewood Landscaping, Inc. 427. River of Praise Church 428. Robco North Eldridge, LLC 429. Robertson, Ian 430. Rock Ministries International, The 431. Rodriguez, Patricia 432. Rosehill Pet Resort 433. Rosehill Veterinary Clinic 434. Rowe, Bill 435. Ruhee Development, LLC - Prime Spot Eldridge 436. Ruhee Development, LLC - Prime Spot Stuebner 437. Rumfolo, Anna 438. Russom, Larry & Janie 439. S C Maxwell Family Partnership Ltd.dba Rosehill Commerce & Self Storage 440. S C R /C Investments, Inc. 441. Saddle Ridge Estates P.O.A. 442. Salce, Gene 443. Salem Lutheran Church Rosehill 444. Samco Enterprises, Inc. 445. Sanchez, Victor & Ismael 446. Sandbern Enterprises LLC 447. Sartin, Jack 448. Schuller, Herman & Louis Sellers 449. Schulte Enterprises, Ltd. 450. Scott, L.W. 451. Seasons Harvest Cafe 452. Sembera, Fred 453. Seven Retail I Ltd. 454. SGF Winning Ways Farm Ltd. 455. Shaheen Jr., Donald J. 456. Shahin, Samy 457. Shan LLC 458. Sharp, James 459. Sheltz, Robert 460. Sherrill, Francis G 461. Sir Carrington Park, LLC 462. SIR Huffmeister Villas, LLC 463. Skinner, Dalton R. 464. Skweres, Dwayne

Harris-Galveston Subsidence District1660 West Bay Area Blvd.

Friendswood, Texas 77546-2640www.subsidence.org

Phone: (281) 486-1105 Fax: (281) 218-3700NOTICE OF HEARING

9/11/2018NOTICE IS HEREBY GIVEN to all county and municipal governments and to all interested persons within the Harris and Galveston Counties: That the Board of Directors of the Harris-Galveston Subsidence District will hold hearings on applications for new well permits and for renewal or amendment of existing permits or requests to reconsider denial of well registrations submitted by the below listed parties, on Sep 11, 2018, beginning at 9:00 a.m., at the office of the Harris-Galveston Subsidence District, 1660 West Bay Area Blvd., Friendswood, Harris County, Texas.

NOTICE is hereby specifically given to:

40 HOUSTON BUSINESS JOURNAL AUGUST 31-SEPTEMBER 6, 2018

Page 3: CLASSIFIEDS · LONE STAR FARM | ROUND TOP, TEXAS INVITATION TO BIDDERS Sealed Bids, in duplicate, addressed to D.R. Horton – Texas, Ltd. on behalf of Timber Lane Utility District,

LEGALS

An Order to convert to alternate water will be considered at said hearing for the following: 1. Caliber Bodyworks of Texas, Inc. 2. Calico Industries - HO, LLC

3. Fawnlake HOA 4. Harmeier, Fred

5. Leader Trading LLC 6. Safe Harbor Boat and RV Storage, LLC

7. Southwestern Trees Garden Center 8. Weisinger Incorporated

Any person who desires to appear at the hearing and present testimony, evidence, exhibits, or other information may do so in person, by counsel, or both. Copies of rules governing the conduct of the hearing are available at the Subsidence District's office. The hearing may be recessed from day to day or continued where appropriate. Persons with disabilities who plan to attend the Subsidence District Permit Hearing and who may need auxiliary aids or services such as interpreters for persons who are deaf or hearing impaired, readers, large print, or braille are requested to contact Ronald Geesing at 281-956-2182 at least three (3) working day prior to the meeting, so that appropriate arrangements can be made.

Sincerely,Vanson TruongPermit Clerk

1. Barnes, Thomas & Vanessa 2. Chaddick, Paton & Lourinda 3. Crosby Volunteer Fire Dept.

4. Garcia, Robert 5. Hernandez, Jose 6. Hernandez, Virgilio

7. Lakes at Creekside LLC 8. Mercardo, Elder 9. Naranjo, Isidoro

10. Saucedo, A. Juan 11. Vazquez, Maria 12. Western Mobile Home Park

Cancellation of the following permits will be considered at said hearing for the following:

465. SLL Transportation, LLC 466. Smith Investments 467. Smith, Randy L. 468. Snow, Jason S. 469. Solid Rock Ready Mix 470. Soun, Lechoy 471. South Texas Tree Sales, Inc. 472. Southern Front Properties, LLC 473. Spartan Group LTD 474. Special Pals, Inc. 475. Speer, John 476. Sportline Motors 477. SRC Water Supply 478. SRI Satyanarayana Temple of Greater Houston 479. SRRG Properties, LLC 480. SS Cypress, LLC dba Simply Self Storage 481. SSA Skelton Family, LP 482. SSPS Properties, LLC 483. St. Sava Serbian Orthodox Church

484. Starr, Dan 485. Stillwater Village HOA 486. Stillwell, Richard 487. Stricklin's, LP 488. Swamp Donkey LLC 489. Sydnor, Woodrow W. 490. T & S Construction, LLC 491. Tacho, Inc. 492. Tamez, Jesus A 493. Tanks Alot 494. Taylor HDG LLC 495. Telge Manor Mobile Home Park 496. Telge Pines P.O.A., Inc. 497. Terra Assets LTD 498. Texan Tree Depot 499. Texan Tree Depot, LP 500. Texans Soccer Club, Inc. 501. Texas Children's Hospital 502. Texas Heavy Equipment

503. Thomas Road Properties, LP 504. Thompson, James 505. Thornton, Gary 506. Timberlake Estate Property Owners Assoc. 507. TMEIC 508. TNB Clearview Investments LLC 509. Tomball ISD 510. Tomball Waller Investments, LLC 511. Toussi, David 512. Transtar A/C Supply, Inc. 513. Trejo, Lorenzo 514. Triad Sand Company 515. Trinidad, Jose 516. Triple S Investments,LLC 517. Triumph Cabling Systems, LLC 518. Tu Bi Dao Trang Temple 519. Turcios, Joaquin 520. Turell, Robin 521. Turnkey Building & Design

522. United Salt Hockley, LLC 523. Uretek USA Inc. 524. Utility Service Co., Inc. 525. Valero Auto Service Center 526. Vasquez, Paul J 527. Vazquez, Reyna 528. Verret, Chad 529. VFW Post 8905 530. Victory & Praise Worship Center 531. Vien Thong Pagoda 532. Vigil, Janet 533. Vulcan Materials 534. Wall, Allison L 535. Waller Harris ESD 200 536. Walter Jr.,Ltd., J.C. 537. Ward, Craig 538. Warren Ranch 539. Washington, Savitri 540. Waters, Billy

541. Watts, Wayne 542. Webber, LLC 543. Webster, David 544. Webster, William I 545. Weisblatt, Andrew D. 546. Weiser Air Park Inc. 547. West Houston Airport Corporation 548. Whaley, Randall 549. Wickersham, W.D. 550. Williams Brothers Construction 551. Williford Sr., George L. 552. Winborn, Craig V. 553. WLY 18035 Properties LLC 554. Wood, Channing H. 555. Woodmere Development 556. WTR Commercial Properties LLC 557. Yalamanchili, Charlie 558. Yanes, Reyna 559. Zamindari LLC

INVITATION TO BIDDERSSealed Bids, in duplicate, addressed to Harris-Brazoria Counties Municipal Utility District

No. 509, Attention: Ricardo Rodriguez, President, Board of Directors, will be received at the office of LJA Engineering, Inc., 2929 Briarpark Drive, Suite 150, Houston, Texas 77042, until 10:00 a.m., Local Time, Wednesday, September 12, 2018, and then publicly opened and read for “Construction of the Water, Sanitary Sewer and Drainage Facilities to Serve Bakers Land-ing Townhomes for Harris-Brazoria Counties Municipal Utility District No. 509, Brazoria County, Texas”

Scope of Work of the Contract includes the following: Construction of water, sanitary sewer and drainage facilities.

Bids received after the closing time will be returned unopened. A non-mandatory pre-bid conference will be held on Wednesday, September 5, 2018, at 10:00 a.m. Local Time, at the office of LJA Engineering, Inc., 2929 Briarpark Drive, Suite 150, Houston, Texas 77042.

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 enter into the Contract and execute the Bonds on the forms provided, and provide the required insurance certificates within seven (7) days after the date Contract Documents are received by the Contractor.

Bidding documents may be examined at LJA Engineering, Inc., AGC of Texas, Construct Connect, and Amtek or may be obtained by prospective bidders or suppliers upon payment of one hundred dollars ($100.00 non-refundable plus cost of delivery) ($50.00 for electronic copy) for each set of documents at LJA Engineering, Inc., 2929 Briarpark Drive, Suite 150, Houston, Texas 77042.

The Owner reserves the right to reject any or all Bids and to waive all defects and irregulari-ties in bidding or bidding process except time of submitting a Bid. The Successful Bidder, if any, will be the responsible Bidder which in the Board’s judgment will be most advantageous to the District and result in the best and most economical completion of the Project.

HARRIS-BRAZORIA COUNTIES MUNICIPAL UTILITY DISTRICT NO. 509

NOTICE TO CONTRACTORSSealed bids, in duplicate, addressed to Harris County Municipal Utility District No. 480

will be received at the office of R. G. Miller Engineers, Inc., 16340 Park Ten Place, Suite 350, Houston, Texas 77084, until 3:00 p.m., Tuesday, September 18, 2018, then publicly opened and read for furnishing all labor, materials and equipment and performing all work required for construction of Detention Basin and Storm Sewer to Serve Grove Landing within Harris County Municipal Utility District No. 480.

The right is reserved, as the interest of the Owner may require, to reject any and all bids, and to waive any informality in bids received.

All proposals shall be accompanied by a Bid Bond in an amount equal to ten percent (10%) of the total price of the bid contained in the proposal, payable without recourse Harris County Municipal Utility District No. 480, as a guarantee that bidder will enter into a contract and execute a Performance Bond and Payment Bond in an amount equal to 100% of the contract price, from a surety company holding a permit from the State of Texas to act as surety. The Bid Bond must be enclosed in the same envelope with the bid. Bids without Bid Bonds will not be considered.

Except for the three lowest bidders, all Bid Bonds will be returned to the respective bidders within three (3) days after bids are opened and read.

Plans, specifications and bidding documents IN ELECTRONIC FORM ONLY may be secured from the office of R. G. Miller Engineers, Inc., 16340 Park Ten Place, Suite 350, Hous-ton, Texas 77084, for a non-refundable fee of Twenty-Five Dollars ($25.00).

A MANDATORY pre-bid conference will be conducted in the office of R. G. Miller Engi-neers, Inc., 16340 Park Ten Place, Suite 350, Houston, Texas 77084, on Tuesday, September 11, 2018, at 11:00 a.m. EACH BIDDER MUST BE REPRESENTED AT THIS PRE-BID CONFERENCE. BIDS WILL NOT BE ACCEPTED FROM ANY BIDDER WHO IS NOT REPRESENTED AT THE PRE-BID CONFERENCE.

NOTICE TO CONTRACTORSSealed bids, in duplicate, addressed to Skymark Development Company, Inc. on behalf

of Fort Bend County Municipal Utility District No. 24 will be received at the office of R. G. Miller Engineers, Inc., 16340 Park Ten Place, Suite 350, Houston, Texas 77084, until 2:00 p.m., Thursday, September 20, 2018, then publicly opened and read for furnishing all labor, materials and equipment and performing all work required for construction of Clearing and Grubbing to Serve Mustang Bayou within Fort Bend County.

The right is reserved, as the interest of the Owner may require, to reject any and all bids, and to waive any informality in bids received.

All proposals shall be accompanied by a Bid Bond in an amount equal to ten percent (10%) of the total price of the bid contained in the proposal, payable without recourse to Skymark Development Company, Inc. on behalf of Fort Bend County Municipal Utility District No. 24, as a guarantee that bidder will enter into a contract and execute a Performance Bond and Payment Bond in an amount equal to 100% of the contract price, from a surety company holding a permit from the State of Texas to act as surety. The Bid Bond must be enclosed in the same envelope with the bid. Bids without Bid Bonds will not be considered.

Except for the three lowest bidders, all Bid Bonds will be returned to the respective bidders within three (3) days after bids are opened and read.

Plans, specifications and bidding documents IN ELECTRONIC FORM ONLY may be secured from the office of R. G. Miller Engineers, Inc., 16340 Park Ten Place, Suite 350, Hous-ton, Texas 77084, for a non-refundable fee of Twenty-Five Dollars ($25.00).

A MANDATORY pre-bid conference will be conducted in the office of R. G. Miller Engi-neers, Inc., 16340 Park Ten Place, Suite 350, Houston, Texas 77084, on Thursday, September 13, 2018, at 10:00 a.m. EACH BIDDER MUST BE REPRESENTED AT THIS PRE-BID CONFERENCE. BIDS WILL NOT BE ACCEPTED FROM ANY BIDDER WHO IS NOT REPRESENTED AT THE PRE-BID CONFERENCE.

NOTICE TO BIDDERSInvitation to Bid – Sealed bids will be received in the Office of the City Secretary, City

Hall Annex, Public Level, 900 Bagby, until 10:30AM, on the bid due date, and all bids will be opened and publicly read in the City Council Chamber, Public Level, at 11:00 A. M.

All interested parties are encouraged to attend any scheduled pre-bid and/or pre-proposal conference(s). It is the interested party’s responsibility to ensure they have secured and thor-oughly reviewed all solicitation documents prior to any scheduled conference(s). Interested parties can download all forms and specifications from the Internet at http://purchasing.hous-tontx.gov. Downloading these documents will ensure all interested parties will automatically receive any updates via e-mail.

BIDS DUE – SEPTEMBER 20, 2018Automotive Ford Motor Car/Light Truck Replacement Parts & Repair Services for the City of Houston Fleet Management Department – Strategic Procurement Division – S79-S26594 – 11% MWBE Goal - Pre-Bid Conference will be September 5, 2018 at 10:00AM at 611 Walker St., 16th Floor Conference Room 16A, Houston, Texas 77002. Interested parties may contact Joshua A. Emo at 832-393-8740 or email at [email protected].

ADVERTISEMENT FOR BIDSUPTOWN DEVELOPMENT AUTHORITY

Project Name: Uptown Transit CenterBids Due: Wednesday, September19, 2018 – 2:00pm

Sealed Bids in duplicate addressed to Uptown Development Authority (UDA) will be re-ceived at the UDA office, located at 1980 Post Oak Boulevard, Suite 1700, Houston, Texas 77056, until 2:00 P.M., Wednesday, September19, 2018, and at that time read publicly, for the furnishing of all labor, materials, equipment, and performing all work required for the construction of the Uptown Transit Center (1505 Westpark Drive). A cashier’s check or bid bond in the amount of 5% of the total amount bid must accompany each bid. The successful bidder will be required to provide a performance and payment bond as provided in the contract documents for the full amount of the contract.

Scope of Project: Uptown Transit Center project will include but not be limited to the fol-lowing:

• Concrete post tensioned 200,000 SF structure with spread footing foundation• 14 Bus Platforms (Level 1 & 3)• 3 Elevators/Stairs• 172 car space parking Level 2• 2 Restrooms• 67 car space surface parking lot• On-site underground stormwater detention/quality chamber system• Sanitary sewer, water line, and water meter in vault

The engineer’s estimated cost of this project is approximately $14,000,000. A portion of the project costs are eligible for Federal Transit Authority funding and thus, the contract will include all the requirements for federal funding.

Bidders shall comply with City Ordinance 95-336 and Exec Order No. 1-2, and City of Houston Affirmative Action and Contract Compliance Division Minority/Women/Disadvan-taged Business Enterprise (M/W/DBE) Procedures. The successful bidder will be required to make good faith efforts to achieve the following participation goals: MBE-12%, WBE-4%, PDBE-2%, and SBE-0%.

The UDA may award the contract for the project to the most responsible bidder who, in the judgment of the UDA, will be most advantageous to the UDA and results in the best and most economical completion of the project.

The Bid Documents may be obtained for no charge by downloading them at www.civcas-tusa.com (account setup required). Contract documents and drawings may be examined at the plan rooms of AMTEK Information Services, Inc., Virtual Builders Exchange, Associated General Contractors, Reed Construction Data, and iSqFt: Construction Software Technolo-gies.

UDA reserves the right to reject any or all bids, accept any bid with similar work experi-ence, or waive informalities in bidding. All bids received after the designated closing time will be returned unopened.

A MANDATORY PREBID CONFERENCE will be conducted at the UDA office, lo-cated at 1980 Post Oak Boulevard, Suite 1700, Houston, Texas 77056, on September 6, 2018 @ 2:00 PM.

INVITATION TO BIDDERSSealed bids, in duplicate, addressed to Board of Directors, Harris County Municipal

Utility District No. 157, will be received in the office of BGE, Inc., 10777 Westheimer, Suite 400; Houston, Texas, 77042 (Phone: 281-558-8700) until 10:00 AM, Tuesday, September 11, 2018, at which time all bids will be opened and publicly read for the furnishing of all material, equipment, labor and supervision necessary or incidental to “Construction of Water Plant No. 1 Chloramine Conversion, Harris County, Texas,”

Scope of Project:

Modifications to existing Water Plant No. 1 for the conversion to Chloramine disinfection. Work shall include but is not limited to the following: Furnish and install liquid ammonium sulfate equipment, modifications to existing chlorine feed room, installation of CMU Brick MCC and LAS building, yard piping, valves, site work, MCC and electrical System modifica-tions.

Bids received after the closing time will be returned unopened. A NON-MANDATORY pre-bid conference will be held at BGE, Inc., 10777 Westheimer Road, Suite 400, Houston, TX 77042 on Wednesday, September 5, 2018 at 10:30 a.m.

Plans, specifications and bid documents are available at www.civcastusa.com, search: 5239-00(1).

A cashier’s check or bid bond in the amount of 5% of the total bid amount must ac-company each bid. The successful bidder will be required to provide performance, payment and maintenance bonds for the full amount of the contract. The Owner reserves the right to reject any or all bids.

INVITATION TO BIDDERSSealed bids, in duplicate, addressed to Board of Directors, Harris County Municipal

Utility District No. 157, will be received in the office of BGE, Inc., 10777 Westheimer, Suite 400; Houston, Texas, 77042 (Phone: 281-558-8700) until 10:15 AM, Tuesday, September 11, 2018, at which time all bids will be opened and publicly read for the furnishing of all material, equipment, labor and supervision necessary or incidental to “Construction of Water Plant No. 2 Chloramine Conversion, Harris County, Texas,”

Scope of Project:

Modifications to existing Water Plant No. 2 for the conversion to Chloramine disinfection. Work shall include but is not limited to the following: Furnish and install liquid ammonium sulfate equipment, modifications to existing chlorine feed room, installation of fiberglass build-ing for liquid ammonia equipment, yard piping, valves, site work, electrical System modifica-tions.

Bids received after the closing time will be returned unopened. A NON-MANDATORY pre-bid conference will be held at BGE, Inc., 10777 Westheimer Road, Suite 400, Houston, TX 77042 on Wednesday, September 5, 2018 at 10:45 a.m.

Plans, specifications and bid documents are available at www.civcastusa.com, search: 5239-00(2).

A cashier’s check or bid bond in the amount of 5% of the total bid amount must ac-company each bid. The successful bidder will be required to provide performance, payment and maintenance bonds for the full amount of the contract. The Owner reserves the right to reject any or all bids.

INVITATION TO BIDDERSSealed bids, in duplicate, addressed to Board of Directors, Harris County Municipal

Utility District No. 157, will be received in the office of BGE, Inc., 10777 Westheimer, Suite 400; Houston, Texas, 77042 (Phone: 281-558-8700) until 10:30 AM, Tuesday, September 11, 2018, at which time all bids will be opened and publicly read for the furnishing of all material, equipment, labor and supervision necessary or incidental to “Construction of Water Plant No. 3 Chloramine Conversion, Harris County, Texas,”

Scope of Project:

Modifications to existing Water Plant No. 3 for the conversion to Chloramine disinfection. Work shall include but is not limited to the following: Furnish and install liquid ammonium sulfate equipment, modifications to existing chlorine feed room, installation of fiberglass build-ing for liquid ammonia equipment, yard piping, valves, site work, electrical System modifica-tions.

Bids received after the closing time will be returned unopened. A NON-MANDATORY pre-bid conference will be held at BGE, Inc., 10777 Westheimer Road, Suite 400, Houston, TX 77042 on Wednesday, September 5, 2018 at 11:00 a.m.

Plans, specifications and bid documents are available at www.civcastusa.com, search: 5239-00(3).

A cashier’s check or bid bond in the amount of 5% of the total bid amount must ac-company each bid. The successful bidder will be required to provide performance, payment and maintenance bonds for the full amount of the contract. The Owner reserves the right to reject any or all bids.

AUGUST 31-SEPTEMBER 6, 2018 HOUSTON BUSINESS JOURNAL 41

Page 4: CLASSIFIEDS · LONE STAR FARM | ROUND TOP, TEXAS INVITATION TO BIDDERS Sealed Bids, in duplicate, addressed to D.R. Horton – Texas, Ltd. on behalf of Timber Lane Utility District,

LEGALS

INVITATION TO BIDDERSSealed bids, in duplicate, addressed to Board of Directors, Cinco Southwest Municipal

Utility District No. 1, will be received in the office of BGE, Inc., 10777 Westheimer, Suite 400; Houston, Texas, 77042 (Phone: 281-558-8700) until 2:00 PM, Wednesday, September 19, 2018, at which time all bids will be opened and publicly read for the furnishing of all mate-rial, equipment, labor and supervision necessary or incidental to “Construction of Ditch DS Rehab for Cinco Southwest MUD No. 1, Fort Bend County, Texas,”

Scope of Project:

Removal of existing erosion protection blocks and rehabilitation of eroded ditch section at outfall into existing lake. Including placement of concrete slope paving with flagstone veneer and major water control/diversion operation.

Bids received after the closing time will be returned unopened. A MANDATORY pre-bid conference will be held in the office of BGE, Inc. Wednesday,

September 5, 2018 at 2:00 PM. Attendance by each prospective bidder or its representative at the pre-bid conference is MANDATORY and no Bid will be opened unless the bidder or representative was present at the pre-bid conference.

Plans, specifications and bid documents are available at www.civcastusa.com, search: 4946-00.

A cashier’s check or bid bond in the amount of 5% of the total bid amount must ac-company each bid. The successful bidder will be required to provide performance, payment and maintenance bonds for the full amount of the contract. The Owner reserves the right to reject any or all bids.

INVITATION TO BIDSealed bids in duplicate addressed to Northampton Municipal Utility District will be

received in the offices of Jones|Carter, 6330 West Loop South, Suite 150, Bellaire, Texas 77401, until 2:00 p.m., Monday, September 10, 2018, and then publicly opened and read for furnishing all plant, labor, material and equipment and performing all work required for the construction of:

WATER WELL NO. 1 REWORK

The project is located at Water Plant No. 1 in Northampton Municipal Utility District, Harris County, Texas. Water Well No. 1 is located at 6010 Root Road, Spring, TX 77389.

The bidder shall submit a five percent (5%) bid bond of the maximum total bid amount. Make the bid bond payable to the Owner.

Plans, specifications, and bidding documents are available at www.civcastusa.com. Said documents may be examined without charge in the office of Jones|Carter, 6330 West Loop South, Bellaire, Texas 77401.

ATTENTION: Pursuant to Texas Government Code § 2252.908, unless you are a publicly traded entity or a wholly owned subsidiary of same, you must be able to provide Northampton Municipal Utility District (the “District”) with printed and signed copies of a completed disclosure of interested parties form (Form 1295) and a certificate of filling at the time of the District’s execution of the contract. Failure to do so will result in the District’s inability to execute the contract. 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.

There will be a pre-bid conference in the offices of Jones|Carter, 6330 West Loop South, Suite 150, Bellaire, Texas 77401 at 2:00 p.m., Thursday, August 30, 2018. Attendance is not mandatory.

The Owner reserves the right to reject any or all bids and waive any or all irregularities. No bid may be withdrawn until the expiration of 60 calendar days from the date bids are open.

INVITATION TO BIDDERSSealed Bids, in duplicate, addressed to Montgomery County Municipal Utility District No. 113 and MSEC Enterprises, Inc., Attention: David Garrett, President, Board of Directors, will be received at the office of LJA Engineering, Inc., 2929 Briarpark Drive, Suite 150, Houston, Texas 77042, until 10:00 a.m. Local Time, Thursday, September 13, 2018, and then publicly opened and read for “Construction of the Water, Sanitary Sewer & Drainage Facilities to Serve Woodforest Tract 3B-1 for Montgomery County Municipal Utility District No. 113 and MSEC Enterprises, Inc., Montgomery County, Texas”.Scope of Work of the Contract includes the water, sanitary sewer & drainage facilities.Bids received after the closing time will be returned unopened. A non-mandatory pre-bid conference will be held on Thursday, September 6, 2018, at 10:00 a.m. Local Time, at the office of LJA Engineering, Inc., 2929 Briarpark Drive, Suite 150, Houston, Texas 77042. 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 5 percent of the total amount bid, as a guarantee that the successful bidder will enter into the Contract and execute the Bonds on the forms provided and provide the required insurance certificates within 7 days after the date Contract Documents are received by the Contractor.Bidding documents may be examined at LJA Engineering, Inc., AGC of Texas, Construct Connect, and Amtek or may be obtained by prospective bidders or suppliers upon payment of ninety-five dollars ($95.00 non-refundable plus cost of delivery) ($50.00 for electronic copy) for each set of documents at LJA Engineering, Inc., 2929 Briarpark Drive, Suite 150, Houston, Texas 77042. The Owner reserves the right to reject any or all Bids and to waive all defects and irregularities in bidding or bidding process except time of submitting a Bid. The Successful Bidder, if any, will be the responsible Bidder which in the Board’s judgment will be most advantageous to the District and result in the best and most economical completion of the Project.

MONTGOMERY COUNTY MUNICIPAL UTILITY DISTRICT NO. 113 AND MSEC ENTERPRISES, INC.

INVITATION TO BIDDERSSealed Bids, in duplicate, addressed to Harris County Municipal Utility District No. 530,

Attention: Neal Shudde, President, Board of Directors, will be received at the office of LJA Engineering, Inc., 2929 Briarpark Drive, Suite 150, Houston, Texas 77042, until 3:00 p.m., Local Time, Tuesday, September 11, 2018, and then publicly opened and read for “Construc-tion of the Water, Sanitary Sewer and Drainage Facilities to Serve Laurel Park North, Sec. 4 for Harris County Municipal Utility District No. 530, Harris County, Texas”

Scope of Work of the Contract includes the following: Construction of water, sanitary sewer and drainage facilities.

Bids received after the closing time will be returned unopened. A non-mandatory pre-bid conference will be held on Tuesday, September 4, 2018, at 3:00 p.m. Local Time, at the office of LJA Engineering, Inc., 2929 Briarpark Drive, Suite 150, Houston, Texas 77042.

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 enter into the Contract and execute the Bonds on the forms provided, and provide the required insurance certificates within seven (7) days after the date Contract Documents are received by the Contractor.

Bidding documents may be examined at LJA Engineering, Inc., AGC of Texas, Construct Connect, and Amtek or may be obtained by prospective bidders or suppliers upon payment of ninety-five dollars ($95.00 non-refundable plus cost of delivery) ($50.00 for electronic copy) for each set of documents at LJA Engineering, Inc., 2929 Briarpark Drive, Suite 150, Houston, Texas 77042.

The Owner reserves the right to reject any or all Bids and to waive all defects and irregulari-ties in bidding or bidding process except time of submitting a Bid. The Successful Bidder, if any, will be the responsible Bidder which in the Board’s judgment will be most advantageous to the District and result in the best and most economical completion of the Project.

HARRIS COUNTY MUNICIPAL UTILITY DISTRICT NO. 530

NOTICE TO CONTRACTORSSealed bids, in duplicate, addressed to Fort Bend County Municipal Utility District No.

141 will be received at the office of R. G. Miller Engineers, Inc., 16340 Park Ten Place, Suite 350, Houston, Texas 77084, until 2:30 p.m., Thursday, September 20, 2018, then publicly opened and read for furnishing all labor, materials and equipment and performing all work required for construction of Storm Sewer, Sanitary Sewer and Water Line to Serve Glendale Lakes Sections 3 and 5 within Fort Bend County Municipal Utility District No. 141.

The right is reserved, as the interest of the Owner may require, to reject any and all bids, and to waive any informality in bids received.

All proposals shall be accompanied by a Bid Bond in an amount equal to ten percent (10%) of the total price of the bid contained in the proposal, payable without recourse to Fort Bend County Municipal Utility District No. 141, as a guarantee that bidder will enter into a contract and execute a Performance Bond and Payment Bond in an amount equal to 100% of the contract price, from a surety company holding a permit from the State of Texas to act as surety. The Bid Bond must be enclosed in the same envelope with the bid. Bids without Bid Bonds will not be considered.

Except for the three lowest bidders, all Bid Bonds will be returned to the respective bidders within three (3) days after bids are opened and read.

Plans, specifications and bidding documents IN ELECTRONIC FORM ONLY may be secured from the office of R. G. Miller Engineers, Inc., 16340 Park Ten Place, Suite 350, Hous-ton, Texas 77084, for a non-refundable fee of Twenty-Five Dollars ($25.00).

A MANDATORY pre-bid conference will be conducted in the office of R. G. Miller Engi-neers, Inc., 16340 Park Ten Place, Suite 350, Houston, Texas 77084, on Thursday, September 13, 2018, at 10:30 a.m. EACH BIDDER MUST BE REPRESENTED AT THIS PRE-BID CONFERENCE. BIDS WILL NOT BE ACCEPTED FROM ANY BIDDER WHO IS NOT REPRESENTED AT THE PRE-BID CONFERENCE.

INVITATION TO BIDDERSSealed Bids, in duplicate, addressed to Tattor Road Municipal District, Attention Frances

I. Bland, President, Board of Directors, will be received at the office of Van De Wiele & Vogler, Inc., 2925 Briarpark Drive, Suite 275, Houston, Texas 77042, until 11:00 AM Local Time, September 7, 2018, and then publicly opened and read for “Sanitary Sewer Cleaning and Televising to Serve Greengate Place Sections 3, 4, 5, 6 and 7 within Tattor Road Municipal District, Harris County, Texas”

Scope of Work of the Contract includes the following: Sanitary Sewer Cleaning and Tele-vising for Greengate Place Sections 3, 4, 5, 6 and 7.

Bids received after the closing time will be returned unopened. A NON-MANDATORY pre-bid conference will be held on August 31, 2018, at 10:00 AM Local Time, at the office of Van De Wiele & Vogler, Inc.

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 enter into the Contract and execute the Bonds on the forms provided, and provide the required insurance certificates within seven (7) days after the date Contract Documents are received by the Contractor.

Copies of the bidding documents are on file at the following locations: Copies of the bidding documents may be obtained from www.CivcastUSA.com: search

06600-813-1-OTH. Bidders must register on this website in order to view and/or download specifications, plans, soils report, and environmental reports for this Project. There is NO charge to view or download documents.

Bidding documents may be examined at the above locations or may be obtained by pro-spective bidders or suppliers upon payment of One Hundred Fifty Dollars ($150.00 non-refundable plus cost of delivery) for each set of documents at Van De Wiele & Vogler, Inc.

The Owner reserves the right to reject any or all Bids and to waive all defects and irregulari-ties in bidding or bidding process except time of submitting a Bid. The Successful Bidder, if any, will be the responsible Bidder which in the Board’s judgment will be most advantageous to the District and result in the best and most economical completion of the Project.

TATTOR ROAD MUNICIPAL DISTRICT

INVITATION TO BIDDERSSealed bids, in duplicate, addressed to Bridgeland Development, LP on behalf of Harris

County Municipal Utility District No. 489 will be received in the office of Bridgeland De-velopment, LP, 23720 House Hahl Road, Cypress, TX 77433 until 3:00 p.m. on Wednesday, September 12, 2018, at which time all bids will be opened and publicly read for the furnishing of all material, equipment, labor, and supervision necessary or incidental to the construction of Proposed Water, Sewer, Drainage, and Paving Improvements in Bridgeland Parkland Village Section 19.

Scope of Project:

1. Approximately 4,400 LF of 4-inch through 8-inch water line and all appurtenances;2. Approximately 2,750 LF of 8-inch sanitary sewer collection system;3. Approximately 2,750 LF of 24-inch through 60-inch storm sewer, 6’x5’ RCB, and all

appurtenances. 4. Approximately 4,100 LF of centerline 6-inch concrete pavement.5. Approximately 8,400 LF of 4-inch to 6-inch concrete curb.

A mandatory pre-bid conference will be held in the office of Bridgeland Development, LP, 23720 House Hahl Road, Cypress, TX 77433 at 3:00 p.m. on Wednesday, September 5, 2018 (attendance is mandatory).

Plans, specifications, and bid documents are available at www.civcastusa.com, search Proj-ect No. 170286.

A cashier’s check or bid bond in the amount of 5% of the total bid amount must accom-pany each bid. The successful bidder will be required to provide a performance bond, a pay-ment bond, and a maintenance bond for the full amount of the contract. The Owner reserves the right to reject any or all bids

INVITATION TO BIDSealed bids in duplicate addressed to Bridgestone Municipal Utility District will be

received in the offices of Jones | Carter, 1575 Sawdust Road, Suite 400, The Woodlands, Texas 77380, until 10:00 a.m., Friday, September 7, 2018, and then publicly opened and read for furnishing all plant, labor, material and equipment and performing all work required for the construction of: Public Sanitary Sewer Extension to Serve My Family Vet Tract for Bridgestone Municipal Utility District.

The project is located along Kuykendahl Road, southeast of the intersection of Kuykendahl and Gosling Road (Harris County Key Map No. 291-S).

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 bond of the maximum total bid amount. Make the cashier’s check or bid bonds payable to the Owner.

Plans, specifications, and bidding documents are available at www.civcastusa.com. Said documents may be examined without charge by appointment in the office of Jones & Carter, Inc. 1575 Sawdust Road, Suite 400, The Woodlands, Texas 77380.

ATTENTION: Pursuant to Texas Government Code 2252.908, you must be able to provide Bridgestone Municipal Utility District (the “District”) with a printed and executed original of a completed Certificate of Interested Parties from (Form 1295) with the bid. Failure to do so will result in the District’s inability to execute the contract. 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.

There will be a pre-bid conference at 10:00 a.m., Friday, August 31, 2018 in the offices of Jones| Carter, 1575 Sawdust Road, Suite 400, The Woodlands Texas, 77380. Attendance is not mandatory.

The Owner reserves the right to reject any or all bids and waive any or all irregularities. No bid may be withdrawn until the expiration of 60 days from the date bids are open.

NOTICE TO BIDDERSSealed bids addressed to Costello, Inc. will be received at the office of Costello, Inc., 2107

CityWest Blvd., 3rd Floor, Houston, Texas 77042 until 10:00 a.m. local time on Friday, Sep-tember 7, 2018 and then publicly opened and read for “Paving Improvements for Amira Drive, Cypress Heights Drive and Long Canter Trail”. A non-mandatory pre-bid conference will be held at the office of Costello, Inc. at 10:00 a.m. local time on Friday, August 31, 2018. Plans, specifications and bid documents may also 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 to CivCastUSA rates.

INVITATION TO BIDSealed bids in duplicate addressed to Harris County Municipal Utility District No. 70 will

be received in the offices of Jones|Carter, 6330 West Loop South, Suite 150, Bellaire, Texas 77401, until 10:00 a.m., Friday, September 14, 2018, and then publicly opened and read for furnishing all plant, labor, material and equipment and performing all work required for the construction of: Harris County MUD No. 70 - Wastewater Treatment Plant Generator Replacement.

The project consists of replacing an existing diesel engine generator with a new 450-kW diesel engine generator complete with sub-base fuel tank, automatic transfer switch, generator pad, and generator platform.

The project is located approximately 1,800 feet (1,800’) west of Barker-Cypress Road and approximately 600 feet (600’) north of Farm to Market Road 529 in Harris County, Texas (Harris County Key Map No. 407-N). The plant address is 18230 Prairie Bend Court, Cypress, Texas 77433.

Plans, specifications, and bidding documents are available at www.civcastusa.com. Said documents may be examined without charge in the offices of Jones|Carter, 6330 West Loop South, Suite 150, Bellaire, Texas 77401.

A bid bond in the amount of five percent (5%) of the bid issued by an acceptable surety shall be submitted with each bid. A certified check or bank draft payable to the Owner or negotiable U.S. Government Bonds (as par value) may be submitted in lieu of the bid bond.

This project is funded by a Federal Emergency Management Agency (FEMA) grant. At-tention is called to the fact that not less than, the federally determined prevailing (Davis-Bacon and Related Acts) wage rate, contained in the contract documents, must be paid on this project. In addition, the successful bidder must ensure that employees and applicants for employment are not discriminated against because of race, color, religion, sex, sexual identity, gender identity, or national origin.

Attention: Pursuant to Texas Government Code § 2252.908, unless you are a publicly traded entity or a wholly owned subsidiary of same, you must be able to provide Harris County Municipal Utility District No. 70 (the “District”) with printed and signed copies of a com-pleted disclosure of interested parties form (Form 1295) and a certificate of filing at the time of the District’s execution of the contract. Failure to do so will result in the District’s inability to execute the contract. To complete the disclosure of interested parties form, or for further in-formation, please visit the Texas Ethics Commission’s website at https://www.ethics.state.tx.us.

All contractors/subcontractors that are debarred, suspended, or otherwise excluded from or ineligible for participation on federal assistance programs may not undertake any activity in part or in full under this project.

The Owner reserves the right to reject any or all bids or to waive any informalities in the bidding. Bids may be held by the Owner for a period not to exceed 60 days from the date of the bid opening for the purpose of reviewing the bids and investigating the bidder’s qualifications prior to the contract award.

There will be a pre-bid conference in the offices of Jones|Carter, 6330 West Loop South, Suite 150, Bellaire, Texas 77401 at 10:00 a.m., Friday, September 7, 2018. Attendance is not mandatory.

ELEVATOR-ESCALATOR MAINTENANCE & REPAIR SERVICES RFPHouston First Corporation requests proposals from experienced, highly-qualified providers of elevator-escalator maintenance and repairs services at its facilities.Please visit https://www.houstonfirst.com/do-business for full details.

INVITATION TO BIDDERSSealed Bids, in duplicate, addressed to Harris County MUD No. 82, Attention Jerry

Chesnutt, President, Board of Directors, will be received at the office of Van De Wiele & Vogler, Inc., 2925 Briarpark Drive, Suite 275, Houston, Texas 77042, until 10:00 AM Local Time, Friday, September 7, 2018, and then publicly opened and read for “Clearing and Grubbing to Serve Breckenridge Forest Section 12 within Harris County MUD No. 82, Harris County, Texas”

Scope of Work of the Contract includes the following: Clearing and Grubbing for Breck-enridge Forest Section Twelve

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 enter into the Contract and execute the Bonds on the forms provided, and provide the required insurance certificates within seven (7) days after the date Contract Documents are received by the Contractor.

Copies of the bidding documents are on file at the following locations: Copies of the bidding documents may be obtained from www.CivcastUSA.com: search

05911-012-1-CLG. Bidders must register on this website in order to view and/or download specifications, plans, soils report, and environmental reports for this Project. There is NO charge to view or download documents.

Bidding documents may be examined at the above locations or may be obtained by pro-spective bidders or suppliers upon payment of One Hundred Fifty Dollars ($150.00 non-refundable plus cost of delivery) for each set of documents at Van De Wiele & Vogler, Inc.

The Owner reserves the right to reject any or all Bids and to waive all defects and irregulari-ties in bidding or bidding process except time of submitting a Bid. The Successful Bidder, if any, will be the responsible Bidder which in the Board’s judgment will be most advantageous to the District and result in the best and most economical completion of the Project.

HARRIS COUNTY MUD NO. 82

NOTICE TO CONTRACTORSSealed bids, in duplicate, addressed to Harris County Municipal Utility District No. 432

will be received at the office of R. G. Miller Engineers, Inc., 16340 Park Ten Place, Suite 350, Houston, Texas 77084, until 2:30 p.m., Tuesday, September 18, 2018, then publicly opened and read for furnishing all labor, materials and equipment and performing all work required for construction of Water Plant No. 1 Generator within Harris County Municipal Utility District No. 432.

The right is reserved, as the interest of the Owner may require, to reject any and all bids, and to waive any informality in bids received.

All proposals shall be accompanied by a Bid Bond in an amount equal to ten percent (10%) of the total price of the bid contained in the proposal, payable without recourse to Harris County Municipal Utility District No. 432, as a guarantee that bidder will enter into a contract and execute a Performance Bond and Payment Bond in an amount equal to 100% of the contract price, from a surety company holding a permit from the State of Texas to act as surety. The Bid Bond must be enclosed in the same envelope with the bid. Bids without Bid Bonds will not be considered.

Except for the three lowest bidders, all Bid Bonds will be returned to the respective bidders within three (3) days after bids are opened and read.

Plans, specifications and bidding documents IN ELECTRONIC FORM ONLY may be secured from the office of R. G. Miller Engineers, Inc., 16340 Park Ten Place, Suite 350, Hous-ton, Texas 77084, for a non-refundable fee of Twenty-Five Dollars ($25.00).

A MANDATORY pre-bid conference will be conducted in the office of R. G. Miller Engi-neers, Inc., 16340 Park Ten Place, Suite 350, Houston, Texas 77084, on Tuesday, September 11, 2018 at 10:30 a.m. EACH BIDDER MUST BE REPRESENTED AT THIS PRE-BID CONFERENCE. BIDS WILL NOT BE ACCEPTED FROM ANY BIDDER WHO IS NOT REPRESENTED AT THE PRE-BID CONFERENCE.

42 HOUSTON BUSINESS JOURNAL AUGUST 31-SEPTEMBER 6, 2018

Page 5: CLASSIFIEDS · LONE STAR FARM | ROUND TOP, TEXAS INVITATION TO BIDDERS Sealed Bids, in duplicate, addressed to D.R. Horton – Texas, Ltd. on behalf of Timber Lane Utility District,

LEGALS

INVITATION TO BIDDERSSealed bids addressed to Bridgeland Development, LP on behalf of Harris County Mu-

nicipal Utility District No. 489, will be received in the office of Bridgeland Development, LP (a Howard Hughes Company), 23720 House Hahl Road, Cypress, Texas 77433, until 2:30 p.m., Wednesday, September 19, 2018, at which time all bids will be opened and publicly read for the furnishing of all material, equipment, labor and supervision necessary or incidental to the Construction of Paving, Storm Sewer, Sanitary Sewer And Water Lines To Serve Bridgeland Parkland Village Section 29 Within Harris County M.U.D. No. 489.

Scope of Project:

1. Approx. 1,360 LF of 12-inch water line and appurtenances;2. Approx. 8,500 LF of 8-inch water line and all appurtenances;3. Approx. 1,550 LF of 4-inch non potable water line and all appurtenances;4. Approx. 7,835 LF of 8-inch sanitary sewer collection system and all appurtenances;5. Approx. 5,680 LF of 24-inch through 54-inch storm sewer and all appurtenances;6. Approx. 35,525 SY of 6-inch Subgrade Preparation;7. Approx. 33,015 SY of 6-inch Reinforced Concrete Pavement;8. Approx. 685 SY of 8-inch Subgrade Preparation; and9. Approx. 640 SY of 8-inch Reinforced Concrete Pavement.

A MANDATORY pre-bid conference will be held in the office of Bridgeland Develop-ment, LP (a Howard Hughes Company), 23720 House Hahl Road, Cypress, Texas 77433 on Wednesday, September 12, 2018, at 2:30 p.m.

Plans, specifications and bidding documents IN ELECTRONIC FORM ONLY may be secured from the office of R. G. Miller Engineers, Inc., 16340 Park Ten Place, Suite 350, Hous-ton, Texas 77084, for a non-refundable fee of Twenty-Five Dollars ($25.00).

A cashier’s check or bid bond in the amount of 10% of the total bid amount must ac-company each bid. The successful bidder will be required to provide a performance bond, a payment bond and a maintenance bond as provided for in the bid documents, for the full amount of the contract. The Owner reserves the right to reject any or all bids.

ADVERTISEMENT FOR BIDSCITY OF HOUSTON

The City Secretary for City of Houston will receive bids at 900 Bagby, Room P101, Houston, Texas for the following General Services Department projects:

Project Name: Remediation and Equipment Replacement, Police Academy Firing Range

Bid Date: Thursday, October 18, 2018Project Location: 17000 Aldine Westfield, Houston, Texas

(Key Map 373H)Project Manager: Tim McDonald / 832-393-8042Estimated Construction Cost: $800,000.00Pre-bid Meeting: Wednesday, September 12, 2018, 10:00 A.M. at 17000

Aldine Westfield, Houston, Texas (Key Map 373H)

Bids will be accepted until 10:30 a.m., local time on the Bid Date shown above. Bids received after that time will not be accepted. Bids will be publicly opened and read aloud at 11:00 a.m. on the same day in City Council Chambers. All interested parties are invited to attend. Place and date of Bid opening may be changed in accordance with Sections 15-3(b)(5) and 15-3(b)(6) of the City of Houston Code of Ordinances. Low bidder shall comply with City of Houston Code of Ordinances. All bidders shall comply with Article II, Chapter 15, City of Houston Code of Ordinances.

Bid Documents (Compact Discs) may be picked up at the City Hall Annex, 900 Bagby, 2nd Floor. A maximum of one disc will be available to each prospective bidder. Addenda will be distributed at no cost to those who are registered plan holders with the City Bid Documents may be examined at plan rooms listed on the City plan holders’ list or listed in Document 00210 – Supplementary Instructions to Bidders.

Bidders shall comply with City of Houston Code of Ordinances, Chapter 15, Articles V, VI, and IX, and Executive Order No. 1-2 (June 14, 1995), and City of Houston Affirma-tive Action and Contract Compliance Division Minority/Women-owned Business Enterprise (MWBE) Procedures (June 1995). Low Bidder will be required to make good faith efforts to achieve MWBE and Small Business Enterprise (SBE) participation goals as stated in Docu-ment 00800 – Supplementary Conditions.

It is unlawful for any Contractor to contribute or offer any contribution to a candidate for City elective office during a certain period prior to and following a contract award. Bidders should refer to Chapter 18, City of Houston Code of Ordinances for filing requirements and further explanation.

Dated: (Friday, August 24 and Friday, August 31, 2018) Anna RussellCity Secretary

AUGUST 31-SEPTEMBER 6, 2018 HOUSTON BUSINESS JOURNAL 43

TEXAS COMMISSION ON ENVIRONMENTAL QUALITY

NOTICE OF APPLICATION AND PRELIMINARY DECISIONFOR TPDES PERMIT FOR MUNICIPAL WASTEWATER

RENEWAL

PERMIT NO. WQ0014322001

APPLICATION AND PRELIMINARY DECISION. Brazoria County Municipal Utility District No. 25, c/o Allen, Boone, Humphries & Robinson LLP, 3200 Southwest Freeway, Suite 2600, Houston, Texas 77027, has applied to the Texas Commission on Environmental Quality (TCEQ) for a renewal of Texas Pollutant Discharge Elimina-tion System (TPDES) Permit No. WQ0014322001 which authorizes the discharge of treated domestic wastewater at a daily average flow not to exceed 750,000 gallons per day. TCEQ received this application on February 28, 2018. The facility is located at 3451 ½ Southfork Freeway, in the City of Manvel, in Bra-zoria County, Texas 77578. The treated effluent is discharged to the American Canal within the San Jacinto-Brazos Coastal Basin. This discharge does not enter a classified segment. The unclassified receiving water use is high aquatic life use for the Ameri-can Canal. All determinations are preliminary and subject to additional review and/or revisions. This link to an electronic map of the site or facility’s general location is provided as a public courtesy and is not part of the application or notice. For the exact location, refer to the application. http://www.tceq.texas.gov/assets/public/hb610/index.html?lat=29.531111&lng=-95.388611&zoom=13&type=r The TCEQ Executive Director has completed the technical review of the application and prepared a draft permit. The draft permit, if approved, would establish the conditions under which the facility must operate. The Executive Director has made a preliminary decision that this permit, if issued, meets all statutory and regulatory requirements. The permit application, Executive Director’s preliminary decision, and draft permit are avail-able for viewing and copying at Pearland Branch Library, 3522 Liberty Drive, Pearland, Texas. PUBLIC COMMENT / PUBLIC MEETING. You may submit public comments or request a public meeting about this application. The purpose of a public meeting is to provide the opportunity to submit comments or to ask questions about the applica-tion. TCEQ holds a public meeting if the Executive Director determines that there is a significant degree of public interest in the application or if requested by a local legislator. A public meeting is not a contested case hearing. OPPORTUNITY FOR A CONTESTED CASE HEARING. After the deadline for submitting public comments, the Executive Director will consider all timely comments and prepare a response to all relevant and material, or significant public comments. Un-less the application is directly referred for a contested case hearing, the response to comments will be mailed to everyone who submitted public comments and to those persons who are on the mailing list for this application. If comments are received, the mailing will also provide instructions for requesting a contested case hearing or reconsideration of the Executive Director’s decision. A contested case hearing is a legal proceeding similar to a civil trial in a state district court. TO REQUEST A CONTESTED CASE HEARING, YOU MUST INCLUDE THE FOLLOWING ITEMS IN YOUR REQUEST: your name, address, phone number; applicant’s name and proposed permit number; the location and distance of your property/activities relative to the proposed facility; a specific description of how you would be adversely affected by the facility in a way not common to the general public; a list of all disputed issues of fact that you submit during the comment pe-riod; and the statement “[I/we] request a contested case hearing.” If the request for

contested case hearing is filed on behalf of a group or association, the request must designate the group’s representative for receiving future correspondence; identify by name and physical address an individual member of the group who would be adversely affected by the proposed facility or activity; provide the information dis-cussed above regarding the affected member’s location and distance from the facility or activity; explain how and why the member would be affected; and explain how the interests the group seeks to protect are relevant to the group’s purpose. Following the close of all applicable comment and request periods, the Executive Direc-tor will forward the application and any requests for reconsideration or for a contested case hearing to the TCEQ Commissioners for their consideration at a scheduled Com-mission meeting. The Commission may only grant a request for a contested case hearing on issues the requestor submitted in their timely comments that were not subsequently withdrawn. If a hearing is granted, the subject of a hearing will be limited to disputed issues of fact or mixed questions of fact and law relating to relevant and material water quality concerns submitted during the comment period. TCEQ may act on an application to renew a permit for discharge of wastewater without providing an opportunity for a contested case hearing if certain criteria are met. EXECUTIVE DIRECTOR ACTION. The Executive Director may issue final approval of the application unless a timely contested case hearing request or request for recon-sideration is filed. If a timely hearing request or request for reconsideration is filed, the Executive Director will not issue final approval of the permit and will forward the ap-plication and request to the TCEQ Commissioners for their consideration at a scheduled Commission meeting. MAILING LIST. If you submit public comments, a request for a contested case hearing or a reconsideration of the Executive Director’s decision, you will be added to the mail-ing list for this specific application to receive future public notices mailed by the Office of the Chief Clerk. In addition, you may request to be placed on: (1) the permanent mailing list for a specific applicant name and permit number; and/or (2) the mailing list for a specific county. If you wish to be placed on the permanent and/or the county mailing list, clearly specify which list(s) and send your request to TCEQ Office of the Chief Clerk at the address below.

All written public comments and public meeting requests must be submitted to the Office of the Chief Clerk, MC 105, Texas Commission on Environmental Quality, P.O. Box 13087, Austin, TX 78711-3087 or electronically at www.tceq.texas.gov/about/comments.html within 30 days from the date of newspaper publication of this notice. INFORMATION AVAILABLE ONLINE. For details about the status of the appli-cation, visit the Commissioners’ Integrated Database at www.tceq.texas.gov/goto/cid. Search the database using the permit number for this application, which is provided at the top of this notice. AGENCY CONTACTS AND INFORMATION. Public comments and requests must be submitted either electronically at www.tceq.texas.gov/about/comments.html, or in writing to the Texas Commission on Environmental Quality, Office of the Chief Clerk, MC-105, P.O. Box 13087, Austin, Texas 78711-3087. Any personal information you submit to the TCEQ will become part of the agency’s record; this includes email ad-dresses. For more information about this permit application or the permitting process, please call the TCEQ Public Education Program, Toll Free, at 1-800-687-4040 or visit their website at www.tceq.texas.gov/goto/pep. Si desea información en Español, puede llamar al 1-800-687-4040. Further information may also be obtained from Brazoria County Municipal Utility Dis-trict No. 25 at the address stated above or by calling Mr. James McConathy, Dannen-baum Engineering Corporation, at 713-527-6368. Issuance Date: July 26, 2018

ADVERTISEMENT FOR BIDSHOUSTON DOWNTOWN MANAGEMENT DISTRICT

DOWNTOWN STREET LIGHT INFILL PROJECT

The Houston Downtown Management District (the “Downtown District”) will receive sealed bids for the Downtown Street Light Infill Project, located in Downtown Houston. Bids will be received until 11:00 AM, local time on Tuesday, September 25, 2018 by the Director of Planning & Design, Downtown District, 2 Houston Center, 909 Fannin, Suite 1650, Hous-ton, Texas 77010. Bids received after this time will not be accepted.

Beginning Tuesday, September 4, 2018, Bid Documents will be available at www.civcas-tusa.com. Any Addenda will be distributed through www.civcastusa.com. Bid Documents may also be examined at the Minority Business Development Agency Business Center (2302 Fannin Street, Suite 165, Houston, TX 77002) or viewed online at isqft.com.

A MANDATORY Pre-bid Conference will be held at 10:00 AM on Tuesday, September 11, 2018, in the Downtown District’s Conference Room, 2 Houston Center, 909 Fannin, Suite 1650, Houston, Texas 77010. All bidders (general contractors) are invited to attend. Bids will be ruled non-responsive if received from a bidder who did not attend the Pre-bid Confer-ence. Late arrivals will not be admitted to the Pre-bid Conference.

Bidders shall comply with City Ordinance 95-336 (March 29, 1995) and Exec. Order No.12 (June 14, 1995), and City of Houston Affirmative Action and Contract Compliance Division Minority/Women Business Enterprise (M/WBE) Procedures (June 1995). The suc-cessful Bidder will be required to make good faith efforts to achieve an M/WDBE participation goal of 20 percent.

NOTICE TO CONTRACTORSSealed bids, in duplicate, addressed to Fort Bend County Municipal Utility District No.

141 will be received at the office of R. G. Miller Engineers, Inc., 16340 Park Ten Place, Suite 350, Houston, Texas 77084, until 2:00 p.m., Tuesday, September 25, 2018, then publicly opened and read for furnishing all labor, materials and equipment and performing all work required for construction of Storm Sewer, Sanitary Sewer and Water Line to Serve Glendale Lakes Sections 6 within Fort Bend County Municipal Utility District No. 141.

The right is reserved, as the interest of the Owner may require, to reject any and all bids, and to waive any informality in bids received.

All proposals shall be accompanied by a Bid Bond in an amount equal to ten percent (10%) of the total price of the bid contained in the proposal, payable without recourse to Fort Bend County Municipal Utility District No. 141, as a guarantee that bidder will enter into a contract and execute a Performance Bond and Payment Bond in an amount equal to 100% of the contract price, from a surety company holding a permit from the State of Texas to act as surety. The Bid Bond must be enclosed in the same envelope with the bid. Bids without Bid Bonds will not be considered.

Except for the three lowest bidders, all Bid Bonds will be returned to the respective bidders within three (3) days after bids are opened and read.

Plans, specifications and bidding documents IN ELECTRONIC FORM ONLY may be secured from the office of R. G. Miller Engineers, Inc., 16340 Park Ten Place, Suite 350, Hous-ton, Texas 77084, for a non-refundable fee of Twenty-Five Dollars ($25.00).

A MANDATORY pre-bid conference will be conducted in the office of R. G. Miller Engi-neers, Inc., 16340 Park Ten Place, Suite 350, Houston, Texas 77084, on Tuesday, September 18, 2018, at 10:00 a.m. EACH BIDDER MUST BE REPRESENTED AT THIS PRE-BID CONFERENCE. BIDS WILL NOT BE ACCEPTED FROM ANY BIDDER WHO IS NOT REPRESENTED AT THE PRE-BID CONFERENCE.

ADVERTISEMENT FOR BID- PINE COVE PARKSealed Proposals will be received at the office of Four and One, 23544 Coons Road, Tom-

ball, TX 77375, until 4:00 p.m. Local Time, on October 2, 2018 and then publicly opened and read aloud.

A MANDATORY pre-bid conference will be held on Wednesday, September 12, 2018, at 10:00am local time, at the Coventry Home Owners Association Clubhouse located at 25922 Drybrook Road, Spring, TX 77389.

Scope of Work includes installation of a restroom/pavilion building, parking lot, sidewalks, custom playground equipment, fencing, sports court, gaming areas, site furnishings, splash pad, cistern, irrigation, and planting at a vacant 4.3 acre property located off of Augusta Pines Parkway in the NWHCMUD 19 District. Please contact Christie Johnson at Four and One, llc: 832-472-7000 phone or email: [email protected] to obtain a copy of the plans and specifications.

PUBLIC BID NOTICESealed bids in duplicate will be received by Harris County Municipal Utility District No.

24 in the office of the District, 17035 Deer Creek Drive, Spring, TX 77379 between 5:45 p.m. and 6:00 p.m. on Wednesday, September 19, 2018. All bids will be publicly opened and read aloud at 6:00 p.m. in the office of the District, 17035 Deer Creek Drive, Spring TX 77379 on Wednesday, September 19, 2018 for the following improvements in Harris County Municipal Utility District No. 24:

WATER, SANITARY, DRAINAGE AND DETENTION TO SERVE KLEIN GROVE SUBDIVISION

Bid Documents may be examined without charge in the offices of the Engineer, Eby Engi-neers, Inc. at 1814 De Milo St., Houston, TX 77018, (Telephone 713-957-0788) or may be obtained upon deposit of one hundred dollars ($100.00) for each set, which is non-refundable.

A NON-mandatory pre-bid conference will be held at the District’s water plant office at 18519 Stuebner Airline, Spring, TX 77379 on Wednesday, September 12, 2018 at 10:30 a.m.

A Cashier’s Check, Certified Check, or bid bond payable to Harris County MUD 24 in the amount of not less than five percent (5%) of the bid submitted, as outlined in the Contract Documents, must accompany the bid.

The successful bidder receiving Contract awards must furnish Performance and Payment Bonds in the amount of one hundred percent (100%) each of the total Contract price. The successful bidder must also furnish a maintenance bond which shall guarantee all work em-braced by the Contract against defective workmanship and materials for a period of one (1) year. Each such bond shall be executed by a corporate surety authorized to do business in the State of Texas.

The Owner reserves the right to reject any and all bids and waive bidding informalities. Those bids deemed most advantageous to the Owner will be considered for the award of a Contract.

NOTICE OF REQUEST FOR QUALIFICATIONS AND PROPOSALS FOR ADMINISTRATION AND

PROFESSIONAL CONSULTING/MANAGEMENT SERVICESSTADIUM PARK MANAGEMENT DISTRICT

The Board of Directors of Stadium Park Management District (the “District”) is hereby seeking a statement of qualifications and proposals from interested individuals or firms to provide general administration and project management services with expertise in a special district management. To obtain a copy of the RFQ/RFP please contact Ed Wulfe; Stadium Park Management District; c/o Wulfe & Co.; 1800 Post Oak Blvd., 6 Blvd. Place, Suite 400;; Houston, Texas 77056; [email protected]; fax: 713-627-3073; phone: 713-621-1700. State-ment of qualifications and proposals are due at the address shown above by 5:00 p.m. Monday, September 17, 2018.

ADVERTISEMENT FOR BUILDING ENVELOPE CONSULTING SERVICESThe City Secretary for City of Houston will receive Statement of Qualifications (SOQ) at 900 Bagby, Room P101, Houston, Texas for the following General Services Department project(s):

Project Name and Number: Hurricane Harvey - Building Envelope Restoration WBS: D-HARVEY-0005-3Project Description: This project will provide design through construction

administration phase services for restoration of building envelopes at multiple facilities. Projects are expected to range from minor repairs to full replacement of building envelope components. All construction will need to be compliant with all jurisdictional requirements as neces-sary.

Qualification Submittal Date: Thursday, September 27, 2018Project Location: Multiple Locations Project Manager: Jennifer Allen/ (832) 393-8048Estimated Project Budget: TBAPre-submittal Meeting: Tuesday September 11, 2018 at 2:30 pm City Hall Annex, 900 Bagby, 2nd Floor Conf. Room 246

SOQs will be accepted until 2:00 p.m., local time at the location specified above on the date

shown above. SOQs received after that time will not be accepted. RFQs will be available beginning September 4, 2018. All requests should be sent to Richard.

[email protected]; cc: [email protected] and [email protected]. Addenda will be posted on the General Services website.

It is unlawful for any Contractor to contribute or offer any contribution to a candidate for City elective office during a certain period prior to and following a contract award. (Chapter 18, City of Houston Code of Ordinances (City Code)). Contractor will be required to comply with Anti-discrimination provisions (Chapter 15, Article II, City Code), Pay or Play Program (Executive Order 1-7 and Ordinance 2007-0534), and the Minority, Women, Persons with Disabilities and Small Business Enterprise requirements (Chapter 15, Articles V and VI, City Code and Executive Order 1-2).Dated: (Publish Friday August 31and September 7, 2018) Anna Russell, City Secretary

Page 6: CLASSIFIEDS · LONE STAR FARM | ROUND TOP, TEXAS INVITATION TO BIDDERS Sealed Bids, in duplicate, addressed to D.R. Horton – Texas, Ltd. on behalf of Timber Lane Utility District,

LEGALS

44 HOUSTON BUSINESS JOURNAL AUGUST 31-SEPTEMBER 6, 2018

ADVERTISEMENT FOR CONSTRUCTIONLOW BID

CITY OF HOUSTONThe City Secretary for City of Houston will receive bids at 900 Bagby, Room P101, Houston, Texas for the following General Services Department project(s):

Project Name and Number: Pool Plaster – Clinton Park, Denver Harbor Park, JudsonRobinson Jr. Park, Stude Park, and Wilson Memorial Park

F-000703-0017-4

Project Description: Plaster pool removal and replacement, some coping and pool tile replacement, pool deck expansion joint caulk and wading pool leak detection.

Bid Date: Thursday, September 20, 2018.

Project Location: Clinton Park 200 Mississippi (Key Map No. 495U) Denver Harbor Park 6402 Market (Key Map No. 494H) Judson Robinson Sr. Park 1422 Ledwicke (Key Map No. 495L) Stude Park 1031 Stude (Key Map No. 493B) Wilson Memorial Park 100 Gilpin (Key Map No576G)

Project Manager: Duncan Elliott / 832 393 8044 Estimated Construction Budget: $ 400,000.00Pre-bid Meeting: Tuesday, September 11, 2018 at 10:00 AM Conference Room 245, 900 Bagby Street, 2nd Floor.

Bids will be accepted until 10:30 a.m., local time on the bid date shown above. Bids

received after that time will not be accepted. Bids will be publicly opened and read aloud at 11:00 a.m. on the same day at 900 Bagby, Room P112. All interested parties are invited to attend. Place and date of bid opening may be changed in accordance with Sections 15-3(b)(5) and 15-3(b)(6) of the City of Houston Code of Ordinances (City Code).

Request for bid documents should be sent to [email protected]; cc:[email protected]; and [email protected]. Addenda will be posted on the General Services website for your review.

This bid is subject to “Hire Houston First” as set out in Chapter 15, Article XI City Code. It is unlawful for any Contractor to contribute or offer any contribution to a candidate for City elective office during a certain period prior to and following a contract award (Chapter 18 City Code). Contractor will be required to comply with Anti- discrimination provisions (Chapter 15, Article II City Code), Pay or Play Program (Executive Order 1-7 and Ordinance 2007-0534), and the Minority, Women, Persons with Disabilities and Small Business Enterprise requirements (Chapter 15, Articles V and VI City Code and Executive Order 1-2).Dated: (Publish Friday, August 31, 2018 and September 7, 2018) Anna RussellCity Secretary

INVITATION TO BIDDERSSealed Bids, in duplicate, addressed to Brazoria County Municipal Utility District No. 40,

Attention: Ms. Alicia Skinner, President, Board of Directors, will be received at the Katy of-fice of LJA Engineering, Inc., 1904 W Grand Parkway North, Suite 120, Katy, Texas 77449, until 10:00 a.m., Local Time, Tuesday, September 18, 2018, and then publicly opened and read for “Construction of the Water, Sanitary Sewer and Drainage Facilities & Paving and Appurtenances to Serve Pomona Section 11 for Brazoria County Municipal Utility District No. 40, Brazoria County, Texas”

Scope of Work of the Contract includes the following: Construction of the Water, Sanitary Sewer and Drainage Facilities & Paving and Appurtenances.

Bids received after the closing time will be returned unopened. A Non-Mandatory pre-bid conference will be held on Tuesday, September 11, 2018, at 10:00 a.m. Local Time, at the Katy office of LJA Engineering, Inc., 1904 W Grand Parkway North, Suite 120, Katy, Texas 77449.

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 enter into the Contract and execute the Bonds on the forms provided, and provide the required insurance certificates within seven (7) days after the date Contract Documents are received by the Contractor.

Bidding documents may be examined at LJA Engineering, Inc., AGC of Texas, Construct Connect, and Amtek or may be obtained by prospective bidders or suppliers upon payment of ninety-five dollars ($95.00 non-refundable plus cost of delivery) ($50.00 for electronic copy) for each set of documents at LJA Engineering, Inc., 1904 W Grand Parkway North, Suite 120, Katy, Texas 77449.

The Owner reserves the right to reject any or all Bids and to waive all defects and irregulari-ties in bidding or bidding process except time of submitting a Bid. The Successful Bidder, if any, will be the responsible Bidder which in the Board’s judgment will be most advantageous to the District and result in the best and most economical completion of the Project.

ADVERTISEMENT FOR BIDSOwner: TIRZ 21, City of Houston Housing and Community Development, and General Land Office of Texas hereby gives notice that sealed unit price Bids will be received for the GLO City of Houston Hernandez Tunnel Project (GLO Contract No. CDBG-DR 14-236-000-8329.

The Hernandez Tunnel construction work includes:1. The spalling and crack repair on tunnel walls/ceilings and retaining walls2. Milling and overlay of 1.5-in of existing pavement3. Warning signal and barrier, railing, and lighting replacement4. Traffic signage and striping

Time and Place of Bid Opening: Sealed Bids will be received until 2:00 p.m., Local Time on September 20, 2018 in the office of RPS Infrastructure, Inc.

Bidding Documents: The documents are on file on www.civcastusa.com. There is no cost to view the plans, and printing can be done through the website or in your own office. Sets of hard copies of Bidding Documents will not be sold.

Pre-Bid Conference: A non-mandatory pre-bid conference will be held prior to the Bid open-ing on September 11, 2018 at 10:00 a.m. at the office of RPS Infrastructure, Inc., to familiarize the Bidders with the goals for this project.

Bid Security: Bid Security in the amount of not less than 5% of the Bid shall accompany each Bid in accordance with the Instructions to Bidders.

Contract Security: The Bidder to whom a Contract is awarded shall furnish a Performance Bond and a Payment Bond each in an amount equal to the Contract Price.

Wage Rates: The federally determined prevailing (Davis-Bacon and Related Acts) wage rates must be paid on this project. In addition, the successful bidder must ensure that employees and applicants are not discriminated against because of race, color, religion, sex, age, or national origin.

Bid Rejection/Acceptance: Owner reserves the right to reject any and all Bids, waive informali-ties in bidding or to accept the Bid or Bids, which best serve the interests of Owner. Owner has the right to hold bids up to 60 days until Contract is awarded.

Bid Withdrawal: No Bid shall be withdrawn for a period of 15 days after the opening of the Bids without the consent of Owner.

Prequalification: No bid will be accepted unless the Contractor has submitted prequalification information per the Instructions to Bidders.

MWSBE: Proposer shall comply with the City’s MWBE programs as set out in Chapter 15, Article V of the City of Houston Code of Ordinances. Proposer shall make good faith efforts to award subcontracts or supply agreements in at least the value stated in this Agreement to MWBE’s. Proposer acknowledges that it has reviewed the requirements for good faith efforts on file with the City’s Office of Business Opportunity (OBO) and will comply with them.

Section 3 Program: The work to be performed under this Agreement is on a project assisted under a program providing federal financial assistance from the Department of Housing and Urban Development (HUD). Section 3 of the Housing and Urban Development Act of 1968, as amended, (12 U.S.C. 1701 u, “Section 3”) applies to the Agreement. Under Section 3, to the greatest extent feasible, for any contract award in excess of $100,000. The Contractor shall give opportunities for training and employment to lower-income residents of the City and shall award contracts for work in connection with the project to business concerns which are located in or owned in substantial part by persons residing in the City. Contractors/subcontractors that are debarred, suspended or otherwise excluded from or ineligible for participation on federal assistance programs may not undertake any activity in part or in full under this project.

Published by authority of RPS Infrastructure, Inc.

REQUEST FOR PROPOSALS:

SIGNAGE PACKAGETEXAS SOUTHERN UNIVERSITY

LIBRARY/ LEARNING CENTER

Turner Construction Company is the Construction Manager for the Texas Southern Uni-versity Library/ Learning Center in Houston, Texas. You are invited to submit your Lump Sum Proposal (LSP) for all labor, material, equipment, taxes, and other necessary items to complete the work in your trade for this project. The LSP’s are to be in strict accordance with the Project Documents prepared by Moody Nolan (Project Architect) and Turner Construction’s RFP Project Manual.

The project is a new construction 137,000sf five story plus 6th floor mechanical penthouse library and learning center located on TSU’s campus at 3100 Cleburne Street, Houston, TX 77004. This Project will be constructed on an active university campus where the work will require careful coordination to successfully perform all work while the university remains op-erational at all times.

All Work must be performed and coordinated through Turner in strict accordance with Texas Southern University requirements, the Project Schedule, this RFP and the Contract Documents. In the event of a conflict, the most stringent requirement will prevail.

This proposal shall be in strict accordance with the Packages contained herein, this RFP and the Contract Documents. However, cost saving suggestions are acceptable and encouraged and are to be submitted as voluntary alternates to the base plans and specifications. Please refer to the Request For Proposal Manual for Instructions to Bidders, Insurance requirements, Proposal Forms, etc.

PROPOSAL DOCUMENTSProposal documents may be downloaded from Building Connected. Contact Chris Comp-

ton at 713-358-8214 or [email protected] for access to Turner’s Building Connected site. All Subcontractors will be required to complete the Turner Construction pre-qualification process prior to any issuance of a Subcontract. Please reference RFP for Pre-Qualification Instructions.

BID RFI’sBid RFI’s must be submitted on the RFI Form located in the RFI folder (in BuildingCon-

nected) on or before 10:00am Wednesday September 5th, 2018.

PROPOSAL DUE DATE10:00 AM TUESDAY September 11, 2018

Proposals are to be submitted to Turner Construction Company, 3505 Rosewood St. Houston, TX 77004, Attention: Chris Compton, or faxed to 713.840.8365 on or before the due date.

They may also be submitted by e-mail to [email protected] or [email protected] with ‘TSU Library Learning Center – Signage Package’ in the subject line.

Turner Construction Company reserves the right to utilize the following evaluation criteria when reviewing the bids that are submitted:

a) Subcontractor’s experience b) Manpower & equipment availability for Projectc) Financial capability/performance history/litigation history d) Proposal amounte) Ability to meet the construction schedule f ) Project approachg) Safety record/ EMRh) Historically Underutilized Business Subcontracting Plan, refer to Section 16 in RFPi) Completion of bid form

The bid will be awarded to the subcontractor which is determined to be qualified under the evaluation criteria mentioned above and based upon the Scoring Criteria & Subcontractor Selection Sheet in Turner Construction’s RFP Project Manual. Turner Construction Company may have discussions with qualified subcontractors to clarify the bid that has been submitted and to assure full understanding of and responsiveness to the bid solicitation. Turner Construc-tion Company may negotiate with subcontractors that have been determined to be qualified in order to obtain a final and best offer. However, negotiations shall not alter the original scope of work as defined in the contractor’s original bid documents as provided by Turner Construc-tion Company. Turner Construction Company will select the subcontractor which is deter-mined to be the most advantageous to the successful completion of the Project based upon the evaluation criteria set forth in Section 1 Instruction to Bidders and need not necessarily accept the lowest priced subcontractor. The subcontractor whose proposal is determined to be the most advantageous to the successful, timely and efficient completion of the Project, taking into account the evaluation factors, shall be selected. Upon selection of a subcontractor, the subcontractor will be required to sign Turner Construction’s standard subcontract agreement.

INVITATION TO BIDDERSSealed Bids, in duplicate, addressed to Fort Bend County Municipal Utility District No.

174, Attention: Angela Hitzman, President, Board of Directors, will be received at the office of LJA Engineering, Inc., 2929 Briarpark Drive, Suite 150, Houston, Texas 77042, until 10:00 a.m., Local Time, Wednesday, September 19, 2018, and then publicly opened and read for “Construction of the Phase 1 Drainage Channels to Serve Polo Ranch for Fort Bend County Municipal Utility District No. 174, Fort Bend County, Texas”

Scope of Work of the Contract includes the following: Construction of the Phase 1 Drain-age Channels to Serve Polo Ranch.

Bids received after the closing time will be returned unopened. A MANDATORY pre-bid conference will be held on Friday, September 14, 2018, at 10:00 a.m. Local Time, at the office of LJA Engineering, Inc., 2929 Briarpark Drive, Suite 150, Houston, Texas 77042. Attendance by each prospective bidder or its representative at the pre-bid conference is MAN-DATORY, and no Bid will be opened unless the bidder or representative was present at the pre-bid conference.

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 enter into the Contract and execute the Bonds on the forms provided, and provide the required insurance certificates within seven (7) days after the date Contract Documents are received by the Contractor.

Bidding documents may be examined at LJA Engineering, Inc., AGC of Texas, Construct Connect, and Amtek or may be obtained by prospective bidders or suppliers upon payment of one hundred dollars ($100.00 non-refundable plus cost of delivery) ($50.00 for electronic copy) for each set of documents at LJA Engineering, Inc., 2929 Briarpark Drive, Suite 150, Houston, Texas 77042.

The Owner reserves the right to reject any or all Bids and to waive all defects and irregulari-ties in bidding or bidding process except time of submitting a Bid. The Successful Bidder, if any, will be the responsible Bidder which in the Board’s judgment will be most advantageous to the District and result in the best and most economical completion of the Project.

FORT BEND COUNTY MUNICIPAL UTILITY DISTRICT NO. 174

INVITATION TO BIDDERSSealed bids, in duplicate, addressed to Board of Directors, Harris County Municipal

Utility District No. 109, will be received in the office of BGE, Inc., 10777 Westheimer, Suite 400; Houston, Texas, 77042 (Phone: 281-558-8700) until 10:00 AM, Friday, September 14, 2018, at which time all bids will be opened and publicly read for the furnishing of all material, equipment, labor and supervision necessary or incidental to “Construction of Water Plant No. 2 Elevated Storage Tank Rehabilitation, Harris County, Texas.”

Scope of Project:

Furnish all materials, labor, equipment, and appurtenances to power wash, abrasive blast, and recoat the interior, exterior, and miscellaneous appurtenances of the 1,000,000 gal-lon Elevated Storage Tank No. 2; Provide new FAA Obstruction Lighting; replace bird and insect screen on gooseneck vent and mushroom vents; provide new hatch screens; provide new altitude valve; provide new ladder and safety climb on ladder for interior wet area; provide Safety cage for ladder section below upper landing; provide new gasket for wet bowl roof hatch; provide slash box; provide new garage and pedestrian door provide in accordance with the contract plans and specifications. Complete in Place.

Remove and replace existing sacrificial anode cathodic protection system with horizontal system for elevated storage tank no. 1 at water plant no. 2; cap and seal weld all existing handholds for existing cathodic protection on both elevated storage tanks. Complete in place.

Furnish all materials, labor, equipment, and appurtenances to power wash, abrasive blast, and recoat the above ground yard piping and well head for the Water Well at Water Plant No. 2.

Bids received after the closing time will be returned unopened. A non-mandatory pre-bid conference will be held in the office of BGE, Inc. on Monday,

September 10, 2018 at 2:00 PM.Plans, specifications and bid documents are available at www.civcastusa.com, search:

5367-00.A cashier’s check or bid bond in the amount of 5% of the total bid amount must ac-

company each bid. The successful bidder will be required to provide performance, payment and maintenance bonds for the full amount of the contract. The Owner reserves the right to reject any or all bids.

INVITATION TO BIDDERSWestpark Real Estate, LLC will receive sealed bids executed in duplicate at the offices of

Blackline Engineering, LLC, 1616 S. Voss Rd, Suite 850, Houston, Texas, 77057, (832) 431-5959 until 2:00 pm, Monday, September 17, 2018, at which time bids will be opened and read aloud for furnishing of all equipment, labor and materials and performance of all work required for the following:

GRAND MISSION COMMERCIAL DEVELOPMENTWATER DISTRIBUTION,SANITARY SEWER AND DRAINAGE IMPROVEMENTS

WITHIN GRAND MISSION M.U.D. 1, FORT BEND COUNTY, TEXASBE PROJECT NO.: 05400.0801.01.UTL

The above described construction will be performed in accordance with plans and specifi-cations and any addenda thereto which may be issued prior to the opening of bids. Plans and specifications are available at www.civcastusa.com.

A Bid bond, cashier’s check or certified check in an amount equal to five percent (5%) of the total bid must accompany each proposal. The Owner reserves the right to reject any or all bids or to accept any bid deemed advantageous to it and waive informalities and defects in the bids and in the bidding process. All bids received after the closing time designated above may be returned unopened at the discretion of the Engineer.

The successful bidder must furnish a performance and maintenance bond and payment bond in the amount of one hundred percent (100%) of the contract price in a form and from a Surety company meeting the requirements specified in the contract documents.

Westpark Real Estate, LLC3512 Acorn Wood WayHouston, Texas 77059

SECTION 1NOTICE TO BIDDERS

Sealed proposals for the Construction of the 0.125 MGD WASTEWATER TREATMENT PLANT EXPANSION to serve Encanto Real Utility District will be received at the office of Dannenbaum Engineering Corporation, 3100 West Alabama, Houston, Texas 77098 (Tel. 713/520-9570) on September 28, 2018 at 10:00 A.M. local time, and then publicly opened. A NON-MANDATORY BUT HIGHLY RECOMMENDED PRE-BID CONFERENCE WILL BE HELD ON September 13, 2018 at 10:00 A.M. at the offices of Dannenbaum Engineering Corporation. Each bid must be accompanied by certified check or bid bond, duly executed, in the amount of five percent of the bid.

Invitations to bidders and other bidding documents may be obtained from www.CivCastUSA.com: Search Encanto Real Utility District – 0.125 MGD WASTEWATER TREATMENT PLANT EXPANSION. Bidders must register on this website in order to view and/or download specifications and plans for this project. There is NO charge to view or download documents.

INVITATION TO BIDDERSSealed Bids, in duplicate, addressed to Harris County Municipal Utility District (MUD)

No. 504, Attention: Board of Directors, will be received at the office of BGE, Inc.,10777 Westheimer, Suite 400, Houston, TX 77042, until 2:00 PM Local Time, Monday, Septem-ber 17, 2018, and then publicly opened and read for the furnishing of all material, equip-ment, labor and supervision necessary or incidental to “Construction of The Groves, Section Twenty-Six Water, Sanitary Sewer, and Storm Sewer Facilities for Harris County MUD No. 504, Harris County, Texas.”

Scope of Work includes:

1. Approx. 2,800 LF of 4-inch thru 12-inch water line and all appurtenances2. Approx. 2,500 LF of 8-inch sanitary sewer and all appurtenances3. Approx. 3,000 LF of 24-inch thru 54-inch storm sewer pipe and all appurtenances

Bids received after the closing time will be returned unopened. There will be no pre-bid conference associated with this project.

Plans, specifications and bid documents are available at www.civcastusa.com, search: 5544-00

A cashier’s check or bid bond in the amount of 5% of the total bid amount must ac-company each bid. The successful bidder will be required to provide performance, payment and maintenance bonds for the full amount of the contract. The Owner reserves the right to reject any or all bids.

Page 7: CLASSIFIEDS · LONE STAR FARM | ROUND TOP, TEXAS INVITATION TO BIDDERS Sealed Bids, in duplicate, addressed to D.R. Horton – Texas, Ltd. on behalf of Timber Lane Utility District,

LEGALS

AUGUST 31-SEPTEMBER 6, 2018 HOUSTON BUSINESS JOURNAL 45

INVITATION TO BIDDERSSealed Bids, in duplicate, addressed to Fort Bend County Municipal Utility District No.

174, Attention: Angela Hitzman, President, Board of Directors, will be received at the office of LJA Engineering, Inc., 2929 Briarpark Drive, Suite 150, Houston, Texas 77042, until 11:00 a.m., Local Time, Wednesday, September 19, 2018, and then publicly opened and read for “Construction of the Lift Station to Serve Polo Ranch for Fort Bend County Municipal Utility District No. 174, Fort Bend County, Texas”

Scope of Work of the Contract includes the following: Construction of the Lift Station to Serve Polo Ranch.

Bids received after the closing time will be returned unopened. A MANDATORY pre-bid conference will be held on Friday, September 14, 2018, at 11:00 a.m. Local Time, at the office of LJA Engineering, Inc., 2929 Briarpark Drive, Suite 150, Houston, Texas 77042. Attendance by each prospective bidder or its representative at the pre-bid conference is MAN-DATORY, and no Bid will be opened unless the bidder or representative was present at the pre-bid conference.

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 enter into the Contract and execute the Bonds on the forms provided, and provide the required insurance certificates within seven (7) days after the date Contract Documents are received by the Contractor.

Bidding documents may be examined at LJA Engineering, Inc., AGC of Texas, Construct Connect, and Amtek or may be obtained by prospective bidders or suppliers upon payment of one hundred dollars ($100.00 non-refundable plus cost of delivery) ($50.00 for electronic copy) for each set of documents at LJA Engineering, Inc., 2929 Briarpark Drive, Suite 150, Houston, Texas 77042.

The Owner reserves the right to reject any or all Bids and to waive all defects and irregulari-ties in bidding or bidding process except time of submitting a Bid. The Successful Bidder, if any, will be the responsible Bidder which in the Board’s judgment will be most advantageous to the District and result in the best and most economical completion of the Project.

FORT BEND COUNTY MUNICIPAL UTILITY DISTRICT NO. 174

INVITATION TO BIDSealed bids in duplicate addressed to Bridgestone Municipal Utility District (the “District”)

will be received in the offices of Jones|Carter, 6330 West Loop South, Suite 150, Bellaire, Texas 77401, until 10:00 a.m., Friday, September 14, 2018, and then publicly opened and read for furnishing all plant, labor, material and equipment and performing all work required for the construction of:

LIFT STATION NO. 1 EXPANSION

Lift Station No. 1 is located at 21526 Castlemont Lane, Spring, TX 77388 (Harris County Key Map 291-T).

The bidder shall submit a certified or cashier’s check on a responsible bank in the State equal to two percent (2%) or a five percent (5%) bid bond of the maximum total bid amount. Make the cashier’s check or bid bond payable to the Owner.

Plans, specifications, and bidding documents are available at www.civcastusa.com. Said documents may be examined without charge in the office of Jones|Carter, 6330 West Loop South, Suite 150, Bellaire, Texas 77401.

ATTENTION: Pursuant to Texas Government Code § 2252.908, unless you are a publicly traded entity or a wholly owned subsidiary of same, you must be able to provide Bridgestone Municipal Utility District (the “District”) with printed and signed copies of a completed disclosure of interested parties form (Form 1295) and a certificate of filling at the time of the District’s execution of the contract. Failure to do so will result in the District’s inability to execute the contract. 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.

There will be a pre-bid conference in the offices of Jones|Carter, 6330 West Loop South, Suite 150, Bellaire, Texas 77401 at 10:00 a.m., Friday, September 7, 2018. Attendance is not mandatory.

The Owner reserves the right to reject any or all bids and waive any or all irregularities. No bid may be withdrawn until the expiration of sixty (60) days from the date bids are opened.

ADVERTISEMENT FOR ENGINEERING SERVICESThe City Secretary for City of Houston will receive Statement of Qualifications (SOQ) at 900 Bagby, Room P101, Houston, Texas for the following General Services Department project(s):

Project Name and Number: Hurricane Harvey - City Hall Electrical Switchgear WBS: D-HARVEY-7380-3Project Description: This project will provide design through construction

administration phase services for City Hall’s electrical switchgear system. The preliminary scope is anticipated to include the replacement of the main electrical switchgear at City Hall to an alternate location at a higher elevation within the building.

Qualification Submittal Date: Thursday, September 27, 2018Project Location: Houston City Hall, 901 Bagby St, Houston TX 77002Project Manager: Jennifer Allen/ (832) 393-8048Estimated Project Budget: $2,009,000.00Pre-submittal Meeting: Tuesday, September 11, 2018 at 2:00 pm City Hall Annex, 900 Bagby, 2nd Floor Conf. Room 246

SOQs will be accepted until 2:00 p.m., local time at the location specified above on the date shown above. SOQs received after that time will not be accepted.

RFQs will be available beginning September 4, 2018. All requests should be sent to [email protected]; cc: [email protected] and [email protected]. Addenda will be posted on the General Services website.

It is unlawful for any Contractor to contribute or offer any contribution to a candidate for City elective office during a certain period prior to and following a contract award. (Chapter 18, City of Houston Code of Ordinances (City Code). Contractor will be required to comply with Anti-discrimination provisions (Chapter 15, Article II, City Code), Pay or Play Program (Executive Order 1-7 and Ordinance 2007-0534), and the Minority, Women, Persons with Disabilities and Small Business Enterprise requirements (Chapter 15, Articles V and VI, City Code and Executive Order 1-2).Dated: (Publish Friday, August 31and September 7, 2018) Anna Russell, City Secretary

ADVERTISEMENT FOR CONSTRUCTIONCOMPETITIVE SEALED PROPOSALS

CITY OF HOUSTONThe City Secretary for City of Houston will receive bids/proposals at 900 Bagby, Room P101, Houston, Texas for the following Houston Public Works project[s]:

Project Name: 108-inch WL from Bellows Falls Ln to Smith Rd - Com-petitive Sealed Proposal

WBS Number: S-000900-0140-4Proposal Date: October 11, 2018Project Location: Along City Easements from East of Bellows Falls Lane to

Smith Road.Project Manager: Kevin Tran, P.E. Phone Number (832) 395-2242Estimated Construction Cost: $39,460,246.50

Pre-Proposal Meeting: MANDATORY Monday, September 10, 2018, at 10:00:00 AM, 1st Floor, Conference Room No. 107, 4501 Leeland Street, Houston, Texas 77023

Project Name: 120-inch WL from NEWPP to UPRR - Competitive Sealed Proposal

WBS Number: S-000900-0174-4Proposal Date: October 4, 2018Project Location: Along Water Works Boulevard from Northeast Water

Purification Plant to East of Union Pacific Railroad.Project Manager: Kevin Tran, P.E. Phone Number (832) 395-2242Estimated Construction Cost: $4,813,017.19Pre-Proposal Meeting: MANDATORY Tuesday, September 4, 2018, at 10:00

AM, 1st Floor, Conference Room No. 107, 4501 Leeland Street, Houston, Texas 77023

The City of Houston intends to utilize the Competitive Sealed Proposals process as autho-rized in Chapter 2269, Texas Government Code for the above procurement. Proposals will be accepted until 10:30 a.m., local time on the Proposal Date shown above. Proposals received after that time will not be accepted. The Proposal contains the following: (1) Qualification Package and (2) Bid Package. The Bid Package will be publicly opened and read aloud at 11:00 a.m. on the same day in City Council Chambers All interested parties are invited to attend. Place and date of Proposal opening may be changed in accordance with Sections 153(b)(5) and 15-3(b)(6), City of Houston Code of Ordinances (City Code). Proposers shall comply with City of Houston Code of Ordinances. All Proposers shall comply with Article II, Chapter 15, City of Houston Code of Ordinances.

The requirements and terms of the City of Houston Pay or Play Program, as set out in Executive Order 1-7 and Ordinance 2007-0534, are incorporated into this project for all pur-poses. Proposers shall comply with the terms and conditions of the Pay or Play Program as they are set out at the time of City Council approval of this Agreement.

Projects S-000900-0140-4 and S-000900-0174-4 are subject to the Hire Houston First program, which gives a preference to certain local Proposers in award of the contract. For more information, go to: http://www.houstontx.gov/obo/hirehoustonfirst.html

Proposal documents and drawings may only be obtained electronically at the City’s website: http://bidsets.publicworks.houstontx.gov/ .

The Projects may contain City of Houston Standard Construction Specifications for Waste-water Collection Systems, Water Lines, Storm Drainage, Street Paving, and Traffic sections that are incorporated into Project Manual by reference. These Standard Specifications, along with Standard Details, may be acquired at no cost on the City’s website at:https://edocs.publicworks.houstontx.gov/engineering-and-construction/specifications.html.

Proposers should review Document 00210 CSP-Supplementary Instructions to Propos-ers - for instructions.

For projects S-000900-0140-4 and S-000900-0174-4 proposers shall comply with City Ordinance 2013-0428, Chapter 15, Article V, City of Houston Code of Ordinances, as amended, and City of Houston Office of Business Opportunity Minority, Women, and Small Business Enterprise (MWSBE) Procedures. The Lowest Responsible Proposer will be required to demonstrate good faith efforts to achieve a MWSBE participation goal as stated in Docu-ment 00800CSP – Supplementary Conditions (Contract Goal) in accordance with Document 00808 – Requirements for the City of Houston Program for Minority, Women, and Small Business Enterprises and Persons with Disabilities Enterprises (PDBE).

Projects are contingent upon release of funds from the Texas Water Development Board (TWDB). Any contract or contracts awarded under this Advertisement for Proposals are ex-pected to be funded in part by a loan from the Texas Water Development Board, and shall be referred to as Project #51021. Neither the State of Texas nor any of its departments, agencies, or employees is or will be a party to this Advertisement for Proposals or any resulting contract.

It is unlawful for any Contractor to contribute or offer any contribution to a candidate for City elective office during a certain period prior to and following a contract award. Bidders/Proposers should refer to Chapter 18, City of Houston Code of Ordinances for filing require-ments and further explanation.Dated: (Publish Friday, August 31, 2018) Anna RussellCity Secretary

ADVERTISEMENT FOR BIDSCITY OF HOUSTON

The City Secretary for City of Houston will receive bids at 900 Bagby, Room P101, Houston, Texas for the following Department of Public Works and Engineering project[s]:

Project Name: Pavement Markings ServicesWBS Number: N-MAO230-0001-4Bid Date: September 20, 2018Project Location: Various streets and intersections throughout the City.Project Manager: Johana Clark, P.E. Phone Number (832) 395-6685Estimated Construction Cost: $4,884,000.00Prebid Meeting: Tuesday, September 11, 2018, at 9:00AM, Conference

Room No. 127, 2200 Patterson Street, Houston, Texas 77007

Project Name: Sanitary Sewer Rehabilitation by Cured-In-Place Pipe Method (LDS)

WBS Number: R-002013-0054-4 (File No. 4258-76)Bid Date: October 4, 2018Project Location: Within City LimitsProject Manager: Mary F. Bac, P.E.

Phone Number (832-395-4992) [email protected] Construction Cost: $3,300,000.00Prebid Meeting: Mandatory September 11, 2018, 9:00 a.m., 4545

Groveway Drive, Rm. 100, Houston, Texas 77087Project Name: Sanitary Sewer Cleaning and Television Inspection In

Support of RehabilitationWBS Number: R-000266-0282-4 (File No. 4277-104)Bid Date: September 27, 2018Project Location: Within City LimitsProject Manager: Mary F. Bac, P.E. (

Phone Number 832-395-4992) [email protected] Construction Cost: $800,000.00Prebid Meeting: September 4, 2018, 9:00 a.m., 4545 Groveway Drive, Rm.

100, Houston, Texas 77087

Bids will be accepted until 10:30 a.m., local time on the Bid Date shown above. Bids received after that time will not be accepted. Bids will be publicly opened and read aloud at 11:00 a.m. on the same day in City Council Chambers. All interested parties are invited to attend. Place and date of Bid opening may be changed in accordance with Sections 15-3 (b) (5) and 15-3(b)(6) of the City of Houston Code of Ordinances. Low bidder shall comply with City of Houston Code of Ordinances. All bidders shall comply with Article II, Chapter 15, City of Houston Code of Ordinances.

The requirements and terms of the City of Houston Pay or Play Program, as set out in Executive Order 1-7 and Ordinance 2007-0534, are incorporated into these projects for all purposes. All bidders shall comply with the terms and conditions of the Pay or Play Program as they are set out at the time of City Council approval of this Agreement.

Projects N-MAO230-0001-4 and R-000266-0282-4, are subject to the Hire Houston First program, which gives a preference to certain local bidders in award of the contract. For more information, go to: http://www.houstontx.gov/obo/hirehoustonfirst.html

Bid documents and drawings may only be obtained electronically at the City’s website: http://bidsets.publicworks.houstontx.gov/.

Projects may contain City of Houston Standard Construction Specifications for Wastewater Collection Systems, Water Lines, Storm Drainage, Street Paving, and Traffic sections that are incorporated into Project Manual by reference. These Standard Specifications, along with Standard Details, may be acquired at no cost on the City’s website at:https://edocs.publicworks.houstontx.gov/engineering-and-construction/specifications.html.

Bidders should review Document 00210 – Supplementary Instructions to Bidders - to determine whether the contract will be a City Street and Bridge Construction or Improvement Contract which requires a current Certificate of Responsibility filed with the Director of Public Works and Engineering no later than three business days prior to Project Bid. A Certificate of Responsibility is a valid Prequalification Approval Letter issued by TxDOT stating that a Bidder is qualified to bid on State Highway improvement contracts pursuant to 43 Texas Administrative Code, Section 9.12, as it may be amended from time-to-time, and Chapter 15, Article IV of the Code of Ordinances, Houston, Texas.

For project R-002013-0054-4 this Contract is expected to be funded in part by a loan from the Texas Water Development Board an agency of the State of Texas. Neither the State of Texas nor any of its departments, agencies, or employees is or will be a party to this Con-tract. Low Bidder(s) will be required to comply with the federal wage and payroll require-ments issued by the U.S. Department of Labor under the Davis-Bacon and related Acts, as further described in Document 00806. This contract is subject to the Environmental Protec-tion Agency’s (EPA) “fair share policy”, which includes EPA-approved “fair share goals” for Minority Business Enterprise (MBE) and Women Business Enterprise (WBE) firms. EPA’s policy requires that contractors make a good faith effort to award a fair share of subcontracts to Minority Business Enterprise and Women-Owned Business Enterprise firms. Although EPA’s policy does not mandate that the fair share goals be achieved, it does require prime contractors to demonstrate use of the six affirmative steps. The current fair share goals for the State of Texas are as follows: MBE 12.94% and WBE 8.72%.

For projects N-MAO230-0001-4 and R-000266-0282-4, Bidders shall comply with City Ordinance 2013-0428, Chapter 15, Article V, City of Houston Code of Ordinances, as amended, and City of Houston Office of Business Opportunity Minority, Women, and Small Business Enterprise (MWSBE) Procedures. The Lowest Responsible Bidder will be required to demonstrate good faith efforts to achieve a MWSBE participation goal as stated in Documents 00800, 00803 – Supplementary Conditions (Contract Goal) in accordance with Document 00808 – Requirements for the City of Houston Program for Minority, Women, and Small Business Enterprises and Persons with Disabilities Enterprises (PDBE).

It is unlawful for any Contractor to contribute or offer any contribution to a candidate for City elective office during a certain period prior to and following a contract award. Bidders should refer to Chapter 18, City of Houston Code of Ordinances for filing requirements and further explanation.Dated: (Publish Friday, August 31, 2018) Anna RussellCity Secretary

NOTICE TO BIDDERSRequest for Qualifications – Sealed proposals will be received in the Office of the City

Secretary, City Hall Annex, Public Level, 900 Bagby, Houston, Texas, 77002, due at the time listed on the RFQ.

All interested parties are encouraged to attend any scheduled pre-bid and/or pre-proposal conference(s). It is the interested party’s responsibility to ensure they have secured and thor-oughly reviewed all solicitation documents prior to any scheduled conference(s). Interested par-ties can download all forms and specifications from the Internet at http://purchasing.houstontx.gov. Downloading these documents will ensure all interested parties will automatically receive any updates via e-mail.

RFQ DUE DATE – SEPTEMBER 27, 2018 AT 3:00PMMaintenance on Equipment and Tools for Use in the Clearing and Cleaning of Lots for

the City of Houston Department of Neighborhoods – Strategic Procurement Division – S23-Q26428 – 11% MWBE Goal – Pre-Submission Conference will be September 12, 2018 at 1:00PM at City Hall 901 Bagby St, 4th Floor Conference Room, Houston, Texas 77002. Inter-ested parties may contact Roy Breaux at 832-393-8728 or email at [email protected].

NOTICE OF REQUEST FOR QUALIFICATIONS AND PROPOSALSFOR GENERAL LEGAL SERVICES

STADIUM PARK MANAGEMENT DISTRICT

The Board of Directors of Stadium Park Management District (the “District”) is hereby seeking a statement of qualifications and proposals from interested attorneys and law firms to provide general legal services with expertise in Chapter 375, Texas Local Government Code, Chapter 49, Texas Water Code and Chapter 3898 Texas Special Districts Local Laws Code. To obtain a copy of the RFQ/RFP please contact Ed Wulfe; Stadium Park Management District; c/o Wulfe & Co.; 1800 Post Oak Blvd., 6 Blvd. Place, Suite 400;; Houston, Texas 77056; [email protected]; fax: 713-627-3073; phone: 713-621-1700. Statement of qualifications and proposals are due at the address shown above by 5:00 p.m. Monday, September 17, 2018.

INVITATION TO BIDSealed bids may be submitted either (i) electronically using the CivCast USA (“CivCast”)

website (www.civcastusa.com), or (ii) Paper copy in duplicate. Bids will be received by SPSC Development Partners, L.P. on behalf of Spring West Municipal Utility District at the office of the District Engineer, Odyssey Engineering Group, LLC, 2500 Tanglewilde Street, Suite 480, Houston, Texas 77063, and electronic bids delivered via the CivCast website, until 1:30 p.m., Wednesday, September 19, 2018, at which time all bids will be publicly opened and read for the construction of the project:

SPSC DEVELOPMENT PARTNERS, L.P.PUBLIC FIRE WATERLINE TO SERVE SPRING PINES SHOPPING CENTER

SPRING WEST MUNICIPAL UTILITY DISTRICTPROJECT NO. 18-023-31-DST

A mandatory Pre-Bid Conference will be held on Wednesday, September 12, 2018, at 1:30 p.m., at the office of the District Engineer, Odyssey Engineering Group, LLC 2500 Tan-glewilde Street, Suite 480, Houston, Texas 77063

For a detailed project scope and location, please visit www.CivCastUSA.com.  The project site is located on Key Map No. 292 S

The above described construction will be performed in accordance with plans and speci-fications and any addenda thereto which may be issued prior to the opening of bids. Plans, specifications and bid documents may be viewed and downloaded free of charge or the option to purchase hard copies on the CivCastUSA Website (www.CivCastUSA.com). Documents are also available for review at the office of the Engineer or Houston area plan rooms.

Each Bid must be accompanied by a Certified or Cashier’s Check, from a responsible bank in the State of Texas, or a Bid Bond, issued by a surety legally authorized to do business in the State of Texas, equal to five percent (5%) of the total bid amount.  Make the Cashier’s Check, Certified Check or Bid Bond payable to the Owner.

The Owner reserves the right to reject any or all bids or to accept any bid deemed advanta-geous to it and waive informalities in bidding. All bids received after the closing time above designated will be returned unopened.