classifieds - media.bizj.us · and classifieds. the houston area. direct private lender...

6
MARCH 6-12, 2020 HOUSTON BUSINESS JOURNAL 39 LEGALS CLASSIFIEDS AND THE HOUSTON AREA Direct Private Lender 512-732-8338 www.equitysecured.com [email protected] IMMEDIATE DECISION QUICK CLOSING - 5 DAYS ALL PROPERTY TYPES $100K TO $10 MILLION RATES START AT 8.50% SHORT-TERM COMMERCIAL REAL ESTATE LOANS MARKETPLACE YOUR DISTINCTIVE PROPERTIES ADVERTISEMENT COULD BE HERE! To Advertise with us, contact Rob Cravaritis - Head of Sales at: 713-395-9618 | [email protected] DISPLAY YOUR PROPERTY LISTINGS HERE FOR ALL OF HBJ'S 42,586 WEEKLY READERS TO SEE! SOMEWHER E ELSE? WHY PAY MORE FOR LEGALS & CLASSIFIEDS FOR THE BEST SERVICE, PRICING & AUDIENCE CONTACT LENORA BLACK AT: [email protected] OR CALL: 713-395-9625 www.bizjournals.com/houston/promo/hbjclassifieds CLASSIFIEDS OUR WEEKLY AUDIENCE IS READY TO VIEW YOUR JOB OPENING! TO ADVERTISE, CONTACT: LENORA BLACK 713-395-9625 • [email protected] WHAT HBJ'S CLASSIFIED AND LEGAL SECTION HAS TO OFFER YOU! LEGALS: Citation By Publication • Storage Notices CRE NOTICES: CRE Developers • CRE Brokerages • Construction MARKET PLACE: Technology • Financial • Retail • Restaurants DISTINCTIVE PROPERTIES: Residential Real Estate Agents • Home Builders • Senior Living • Water Front • Landscaping

Upload: others

Post on 10-Jul-2020

4 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: CLASSIFIEDS - media.bizj.us · AND CLASSIFIEDS. THE HOUSTON AREA. Direct Private Lender 512-732-8338 info@equitysecured.com. IMMEDIATE DECISION QUICK CLOSING - 5 DAYS ALL PROPERTY

MARCH 6-12, 2020 HOUSTON BUSINESS JOURNAL 39

LEGALS CLASSIFIEDSAN

D

THE HOUSTON AREA

Direct Private Lender512-732-8338

[email protected]

IMMEDIATE DECISIONQUICK CLOSING - 5 DAYS

ALL PROPERTY TYPES$100K TO $10 MILLION

RATES START AT 8.50%

SHORT-TERM COMMERCIAL

REAL ESTATE LOANS

MARKETPLACE

YOUR DISTINCTIVE PROPERTIESADVERTISEMENT COULD BE HERE!

To Advertise with us, contact Rob Cravaritis - Head of Sales at: 713-395-9618 | [email protected]

DISPLAY YOUR PROPERTY LISTINGS HERE FOR ALL OF HBJ'S 42,586 WEEKLY READERS TO SEE!

SOMEWHERE ELSE?

WHY PAY MORE FORLEGALS & CLASSIFIEDS

FOR THE BEST SERVICE, PRICING & AUDIENCE

CONTACT LENORA BLACK AT: [email protected]

OR CALL: 713-395-9625

www.bizjournals.com/houston/promo/hbjclassi�eds

CLASSIFIEDS

OUR WEEKLY AUDIENCE IS READY TO VIEW YOUR JOB OPENING!

TO ADVERTISE, CONTACT:LENORA BLACK 713-395-9625 • [email protected]

WHAT HBJ'SCLASSIFIED AND LEGAL SECTIONHAS TOOFFER YOU!

LEGALS:Citation By Publication • Storage Notices

CRE NOTICES: CRE Developers • CRE Brokerages • Construction

MARKET PLACE: Technology • Financial • Retail • Restaurants

DISTINCTIVE PROPERTIES:Residential Real Estate Agents • Home Builders • Senior Living • Water Front • Landscaping

Page 2: CLASSIFIEDS - media.bizj.us · AND CLASSIFIEDS. THE HOUSTON AREA. Direct Private Lender 512-732-8338 info@equitysecured.com. IMMEDIATE DECISION QUICK CLOSING - 5 DAYS ALL PROPERTY

40 HOUSTON BUSINESS JOURNAL MARCH 6-12, 2020

LEGALSINVITATION TO BIDDERS

Sealed bids, in duplicate, addressed to Board of Directors, Waller County Road Improvement District No. 1, will be received in the office of Ward, Getz & Associates, PLLC; 2500 Tanglewilde, Suite 120; Houston, Texas, 77063 (phone 713-789-1900) until 10:00 AM, Tuesday, March 17th, 2020, 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 “Paving Facilities to Serve Kingsland Heights, Section Four for Waller County Road Improvement District No. 1, Waller County, Texas”.

Scope of Project:

1. Site Preparation; 2. Approximately 15,000 SY of 6-inch through 8-inch reinforced concrete pavement; 3. Approximately 17,250 SY of 8-inch subgrade preparation; 4. Approximately 8,100 LF of 4” x 12” reinforced mountable concrete curb and 6” reinforced concrete curb; 5. Approximately 97 lots of finished lot grading, and 6. Storm Water Pollution Prevention Control.

Bids received after the closing time will be returned unopened. A MANDATORY pre-bid conference will be held in the office of Ward, Getz & Associates, PLLC, on Tuesday, March 10th, 2020 at 10:00 AM. 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: 00151-600-06b.

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

12-NEW-REV

INVITATION TO BID

Sealed bids, in duplicate will be received by West Harris County Municipal Utility District No. 9 at the office of the Engineer for the District, EHRA, 10011 Meadowglen Lane, Houston, Texas until 3:00 p.m., Tuesday, March 24, 2020, at which time all bids will be publicly opened and read for the construction of the project:

WEST HARRIS COUNTY MUNICIPAL UTILITY DISTRICT NO. 9STONE WALL REPAIR

Project No. 78029-20-23 (L)

A non-mandatory Pre-Bid Conference will be held on Tuesday, March 17, 2020, at 3:00 p.m. at the office of the Engineer for the District, EHRA, 10011 Meadowglen Lane, Houston, Texas.

Project scope shall include the demolition and reconstruction of approximately 90 LF of stone wall.

The above described construction will be performed in accordance with plans and specifications 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 advantageous to it and waive informalities in bidding. All bids received after the closing time above designated will be returned unopened.

15

INVITATION TO BID

Sealed bids, in duplicate will be received by Cypresswood Landing Interests, Ltd., on behalf of Harris County Municipal Utility District No. 43 at the office of the Engineer for the District, EHRA, 10011 Meadowglen Lane, Houston, Texas until 10:30 a.m., Wednesday, March 25, 2020, at which time all bids will be publicly opened and read for the construction of the project:

HARRIS COUNTY MUNICIPAL UTILITY DISTRICT NO. 43WATER SUPPLY AND STORAGE FACILITY NO. 2

Project No. 181-050-11 DST (I)

A non-mandatory Pre-Bid Conference will be held on Wednesday, March 11, 2020, at 10:30 a.m. at the office of the Engineer for the District, EHRA, 10011 Meadowglen Lane, Houston, Texas.

Project scope shall include the construction of Water Plant No. 2, including (1) 1,500 gpm groundwater well; (2) 120,000 gallon GSTs; (2) 10,000 gallon HPTs; a masonry block building to house electrical equipment; the chlorination system and (4) booster pumps.

The above described construction will be performed in accordance with plans and specifications 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 advantageous to it and waive informalities in bidding. All bids received after the closing time above designated will be returned unopened.

16

INVITATION TO BID

Sealed bids, in duplicate will be received by Chambers Telge, LLC at the office of the Engineer for the District, EHRA, 10011 Meadowglen Lane, Houston, Texas until 2:30 p.m., Wednesday, March 18, 2020, at which time all bids will be publicly opened and read for the construction of the project:

MONTGOMERY MUNICIPAL UTILITY DISTRICT 100CHAMBERS CREEK DIVERSION CHANNEL TO SERVE

CHAMBERS CREEK RANCHProject No. 141-044-102 DST (I)

A non-mandatory Pre-Bid Conference will be held on Wednesday, March 11, 2020, at 2:30 p.m. at the office of the Engineer for the District, EHRA, 10011 Meadowglen Lane, Houston, Texas.

Project scope shall include the excavation of approximately 63,000 CY of earthen material and placement of 960 LF of 5’x2’ RCB storm sewer.

The above described construction will be performed in accordance with plans and specifications 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 advantageous to it and waive informalities in bidding. All bids received after the closing time above designated will be returned unopened.

18

INVITATION TO BIDDERS

SEALED PROPOSALS, in duplicate, addressed to HF Holding Company, LLC, will be received at the offices of LJA Engineering, Inc., 2929 Briarpark Drive, Suite 150, Houston, Texas 77042, until 2:30 p.m., Thursday, March 19, 2020 and then publicly opened and read for Construction of the TRAFFIC SIGNAL AND WIDENING OF FM 830 AT TERALYN WOODS PARKWAY, Montgomery County Municipal Utility District No. 128A for HF Holding Company, LLC or its assigns. Bidders may elect to submit bids electronically via https://bids.lja.com. Bidders must register on this website to submit an electronic bid. Electronic bids do not include bids submitted by telegraphic or facsimile transmission.

Proposals tendered after closing will be returned unopened.

Each proposal shall be accompanied by a proposal guarantee in the form of a certified check, cashier’s check, or bid bond, drawn to the order of HF Holding Company, LLC (Owner) in the minimum amount of Five Percent (5%) of the total amount bid, as a guarantee that the bidder will enter into a contract, within Ten (10) days after receipt of contract documents. Bids without check or bidders bond will not be considered.

Prospective bidders may obtain drawings, specifications, and bidding documents at the offices of LJA Engineering, Inc., 2929 Briarpark Drive, Suite 150, Houston, Texas 77042-3703, (713) 953-5200, Mr. Donnie Reed, PE, or at https://bids.lja.com on deposit of $100.00 per set, which is non-refundable. ($50.00 for electronic copy).

Plans and specifications will be available for review at the offices of LJA Engineering, Inc., Associated General Contractors of Texas, Construct Connect, and Amtek Information Service, Inc.

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.

A non-mandatory pre-bid conference will be held at the office of LJA Engineering, Inc., 2929 Briarpark Drive, Suite 150, Houston, Texas 77042-3703, (713) 953-5200, at 2:30 p.m., Thursday, March 12, 2020.

19

INVITATION TO BID

Sealed bids, in duplicate, addressed to Newport Municipal Utility District will be received at the office of the Engineer, Lockwood, Andrews, & Newnam, Inc. 2925 Briarpark Drive, 4th Floor, Houston, Texas 77042, until March 17, 2020, at 10:30 A.M., and then publicly opened and read for furnishing all labor, material and equipment and performing all work required for the construction of the following work:

Newport Park Shade Covers Newport Municipal Utility District; Harris County, Texas; Project No. 120-12230-000

A mandatory pre-bid conference for prospective bidders will be held at the office of Newport Municipal Utility District, at 16703 Golf Club Drive, Crosby, Texas 77532, on March 10, 2020, at 11:00 A.M. No person may represent more than one bidder at the pre-bid conference. If a person claims to represent more than one bidder at the pre-bid conference, the bid of each bidder so represented will be returned unopened. Each bid shall be submitted on the prescribed form and accompanied by a bid bond, cashier’s check or certified check in the amount equal to ten percent (10%) of total base bid. If certified or cashier’s check is used as bid security, check must be drawn on a responsible bank located in the State of Texas and made payable to Owner only.

Drawings, specifications and bid documents may be obtained from www.civcastusa.com, search Newport Park Shade Covers – ID 24170-120-12230-000. It is the responsibility of the contractor bidding the project to ensure the accuracy of the reproduction of all bid documents and construction drawings. This responsibility includes, but is not limited to, proper scaling, paper width and length, etc. Failure to do so may result in errors in the unit bid quantities and/or bid amounts.

The Owner reserves the right to waive any informalities or minor defects and to reject any or all bids. In case of the lack of clarity or ambiguity in prices, the Owner reserves the right to accept the most advantageous or reject the bid. The successful bidder will be required to provide payment and performance bonds in the amount of one hundred percent (100%) of the contract price.

Attention: The District may not accept this bid until it has received from the bidder a completed, signed, and notarized TEC Form 1295 complete with a certificate number assigned by the Texas Ethics Commission (“TEC”), pursuant to Texas Government Code § 2252.908 and the rules promulgated thereunder by the TEC. The undersigned understands that failure to provide said form complete with a certificate number assigned by the TEC will result in a non-conforming bid and will prohibit the District from considering this bid for acceptance. To complete and submit Form 1295 and generate the Certification of Filing, please visit the Texas Ethics Commission’s website at https://www.ethics.state.tx.us.

14-NEW

NOTICE TO BIDDERS

Sealed bids in duplicate will be received by CHARTERWOOD MUD at the offices of Murr Incorporated, 11803 Grant Rd, Ste. 208, Cypress, TX 77429, until 3:00 p.m. on Friday, March 20, 2020, at which time all bids will be opened and publicly read for furnishing all material, equipment, labor and supervision necessary for construction of Pillot Gully Detention and Dog Park. There will be a MANDATORY pre-bid meeting for this project on Wednesday, March 18, 2020 at 10:00 a.m. on site, 15727 Cutten Road, Houston, 77070. Plans, Specifications and Bid Documents are available online at civcastusa.com. CHARTERWOOD MUD reserves the right to reject any and all bids, and the right to waive any and all irregularities and defects in the bids and in the bidding process, except the time of submitting a bid. Each proposal must be accompanied by a cashier’s check or bid bond in the amount of 5% of the total bid amount. The successful bidder will be required to provide Performance and Payment Bonds for the full amount of the Contract.

7

INVITATION TO BID

Sealed bids, in duplicate will be received by Northwest Harris County Municipal Utility District No. 6 at the office of the Engineer for the District, EHRA, 10011 Meadowglen Lane, Houston, Texas until 2:30 p.m., Tuesday, March 24, 2020, at which time all bids will be publicly opened and read for the construction of the project:

NORTHWEST HARRIS COUNTY MUNICIPAL UTILITY DISTRICT NO. 6CUTTEN GREEN PARK

Project No. 75007-42-47 DST (L)

A non-mandatory Pre-Bid Conference will be held on Tuesday, March 17, 2020, at 2:30 p.m. at the office of the Engineer for the District, EHRA, 10011 Meadowglen Lane, Houston, Texas.

Project scope shall include the construction of approximately 4-acre park, including but not limited to, landscaping, irrigation, paving, fencing, playground structures, drainage system, deck/boardwalk and monument signage.

The above described construction will be performed in accordance with plans and specifications 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 advantageous to it and waive informalities in bidding. All bids received after the closing time above designated will be returned unopened.

17

INVITATION TO BIDDERS

SEALED PROPOSALS addressed to Webercrest Village, LLC for construction of the Water, Sanitary Sewer, Drainage Facilities, Paving and Appurtenances to Serve Webercrest Village, LJA Job No. 2792-2003, will be received at the office of the Engineer, LJA Engineering, Inc., 1904 West Grand Parkway North, Suite 120, Katy, Texas 77449, until 10:00 a.m., Friday, March 13, 2020, and then publicly opened and read aloud. Bidders may elect to submit bids electronically via https://bids.lja.com.

Copies of the Plans and Specifications may be obtained from the Engineer for a non-refundable fee of $100.00 per set ($50.00 for electronic copy).

Webercrest Village, LLC will hold a non-mandatory pre-bid conference at the office of the Engineer, LJA Engineering, Inc., 1904 West Grand Parkway North, Suite 120, Katy, Texas 77449, at 3:00 p.m., Monday, March 9, 2020. Webercrest Village, LLC reserves the right to reject any and all bids. The Successful Bidder, if any, is the Bidder offering the best value as determined by the Owner.

Bid security in the form of bid bond or cashier’s check payable to Webercrest Village, LLC in an amount not less than five percent (5%) of the Bid submitted, must accompany each Bid.

10

INVITATION TO BID

Sealed bids, in duplicate, addressed to Newport Municipal Utility District will be received at the office of the Engineer, Lockwood, Andrews, & Newnam, Inc., 2925 Briarpark Drive, 4th Floor, Houston, Texas 77042, until March 17, 2020, at 10:00 A.M., and then publicly opened and read for furnishing all labor, material and equipment and performing all work required for the construction of the following work:

Sanitary Sewer Phase 1 Rehabilitation Newport Municipal Utility District; Harris County, Texas; Project No. 120-12161-000

A mandatory pre-bid conference for prospective bidders will be held at the office of Newport Municipal Utility District, at 16703 Golf Club Drive, Crosby, Texas 77532, on March 10, 2020, at 10:00 A.M. No person may represent more than one bidder at the pre-bid conference. If a person claims to represent more than one bidder at the pre-bid conference, the bid of each bidder so represented will be returned unopened. Each bid shall be submitted on the prescribed form and accompanied by a bid bond, cashier’s check or certified check in the amount equal to ten percent (10%) of total base bid. If certified or cashier’s check is used as bid security, check must be drawn on a responsible bank located in the State of Texas and made payable to Owner only.

Drawings, specifications and bid documents may be obtained from www.civcastusa.com, search Sanitary Sewer Phase 1 Rehabilitation – ID 24170-120-12161-000. It is the responsibility of the contractor bidding the project to ensure the accuracy of the reproduction of all bid documents and construction drawings. This responsibility includes, but is not limited to, proper scaling, paper width and length, etc. Failure to do so may result in errors in the unit bid quantities and/or bid amounts.

The Owner reserves the right to waive any informalities or minor defects and to reject any or all bids. In case of the lack of clarity or ambiguity in prices, the Owner reserves the right to accept the most advantageous or reject the bid. The successful bidder will be required to provide payment and performance bonds in the amount of one hundred percent (100%) of the contract price.

Attention: The District may not accept this bid until it has received from the bidder a completed, signed, and notarized TEC Form 1295 complete with a certificate number assigned by the Texas Ethics Commission (“TEC”), pursuant to Texas Government Code § 2252.908 and the rules promulgated thereunder by the TEC. The undersigned understands that failure to provide said form complete with a certificate number assigned by the TEC will result in a non-conforming bid and will prohibit the District from considering this bid for acceptance. To complete and submit Form 1295 and generate the Certification of Filing, please visit the Texas Ethics Commission’s website at https://www.ethics.state.tx.us.

8

NOTICE TO BIDDERS

Sealed proposals for the Construction of Sanitary Sewer, Waterline, and Drainage Facilities to Serve the Enclave at Bay Colony West, Section 2 and Detention Facilities to Serve Bay Colony Commercial, Section 2 within Bay Colony West Municipal Utility District located in Galveston County, Texas will be received at the office of Dannenbaum Engineering Corporation, 3100 West Alabama, Houston, Texas 77098 (Tel. 713/520 9570) until 10:00 A.M., local time, TUESDAY, MARCH 17TH, 2020, and then publicly opened and read. A NON-MANDATORY PRE-BID CONFERENCE WILL BE HELD AT THE OFFICE OF DANNENBAUM ENGINEERING CORPORATION ON TUESDAY, MARCH 10TH, 2020 AT 10:00 A.M. LOCAL TIME. Each bid must be accompanied by certified check or bid bond, duly executed, in the amount of five (5%) percent of the bid. Complete bidding documents are available at www.civcastusa.com.

13

Page 3: CLASSIFIEDS - media.bizj.us · AND CLASSIFIEDS. THE HOUSTON AREA. Direct Private Lender 512-732-8338 info@equitysecured.com. IMMEDIATE DECISION QUICK CLOSING - 5 DAYS ALL PROPERTY

MARCH 6-12, 2020 HOUSTON BUSINESS JOURNAL 41

LEGALS

Advertise your open positions or your legal notices to the Houston Business Journal’s influential audience. For more information about how to submit your information, contact Lenora Black at (713) 395-9625 or via email at [email protected]. ADVERTISE HERE

INVITATION TO BIDDERS

Sealed Bids, in duplicate, addressed to Cypress Forest Public Utility District, Attention Gregory DiCioccio, President, Board of Directors, will be received at the office of Pepe Engineering, 10497 Town & Country Way, Suite 700, Houston, Texas 77024, until 11:00 AM Local Time, Monday March 16, 2020, and then publicly opened and read for “Water Plant No. 2 Storm Damage Repairs in Cypress Forest Public Utility District in Harris County, Texas.” Bids received after the closing time will be returned unopened.

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 10 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.

Copies of the bid documents are available to download from the BIDS tab at the following location: www.pepe-engineering.com. There is NO charge to view / download documents.

Bidding documents may be examined at the above location or may be obtained by prospective bidders or suppliers upon payment of One Hundred and Fifty Dollars ($150.00 non-refundable) for each set of documents at Pepe Engineering (by prior request). Checks should be made payable to Pepe Engineering. No cash will be accepted.

Inquiries from prospective bidders will be considered in writing only, via email to [email protected], and must be received no later than COB on Thursday March 6, 2020. If necessary, an addendum will be issued by COB on Monday March 9, 2020 and will be posted on the BIDS tab at the following location: www.pepe-engineering.com.

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.

PEPE ENGINEERING

CYPRESS FOREST PUD

3

INVITATION TO BIDDERS

Sealed Bids, in duplicate, addressed to Brazoria County Municipal Utility District No. 66, Attention: John Buford, President, Board of Directors, will be received at the office of LJA Engineering, Inc., 2929 Briarpark Drive, Suite 150, Houston, Texas 77042, until 3:30 p.m., Local Time, Wednesday, March 18, 2020, and then publicly opened and read for “Construction of the Water, Sanitary Sewer, & Drainage Facilities to Serve Bluewater Lakes Section 6 for Brazoria County Municipal Utility District No. 66, Brazoria County, Texas”.

Scope of Work of the Contract includes the following: 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 Wednesday, March 11, 2020, at 3:30 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 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 or at https://bids.lja.com. Bidders must register on this website to download bidding documents.

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.

The requirements of Subchapter J, Chapter 552, Government Code, may apply to this Bid and/or Contract and the Contractor agrees that the Contract can be terminated if the Contractor knowingly or intentionally fails to comply with a requirement of that subchapter.

Brazoria County Municipal Utility District No. 66

3

INVITATION TO BIDDERS

Sealed Bids will be received by TBG Partners, on behalf of Harris County Municipal Utility District 504 in the office of TBG Partners, 1333 W. Loop South, Suite 1450, Houston, TX 77027 until 2:00 P.M. April 24, 2019 for construction of The Groves- Woodland Hills Entry - Sitework, Grading, Planting, and Irrigation.

All bids will be publicly opened and read aloud for construction of landscape improvements including: Sitework, Grading, Planting, and Irrigation. Bidder shall submit (2) copies of the Bid on exact copies of the Bid Form provided. Bid Documents may be examined without charge in the offices of TBG Partners, 1333 W. Loop South, Suite 1450, Houston, TX 77027, or may be purchased at Thomas Printworks digital vault. A bid bond in the amount of 10% of the total amount of the bid must accompany each bid.

A Mandatory Pre-Bid meeting is scheduled for 2:00 P.M. March 9, 2019 at the office of TBG Partners. The successful bidder receiving contract award must furnish Performance and Payment Bonds & Maintenance Bonds in the amount of one hundred percent (100%) each of the total Contract price. The Owner reserves the right to reject any and all bids and to waive bidding informalities.

21

2-REV

NOTICE OF NON-DISCRIMINATORY POLICY AS TO STUDENTS

Each of the following schools listed below admits students of any race, color, national and ethnic origin to all the rights, privileges, programs, and activities generally accorded or made available to students at the school. They do not discriminate on the basis of race, color, sex, age, handicap, or national ethnic origin in administration of their admission policies, educational policies, scholarships and loan programs, athletic and other school administered programs.

Christ Memorial ECLC – HoustonConcordia Lutheran High School – TomballDay One Christian Academy – Houston Epiphany Lutheran – HoustonFaith Lutheran – Huntsville The Family of Faith PreschoolFishers of Men Lutheran – Sugar LandGethsemane Lutheran – Houston Immanuel Lutheran Early ChildhoodLamb of God Lutheran – Humble Living Word - WoodlandsLutheran High North – HoustonLutheran South Academy – Houston

Memorial Lutheran – Houston Messiah LutheranOur Savior Lutheran – HoustonPilgrim Lutheran – HoustonResurrection ELC – Spring Salem Lutheran – TomballSt. John ECC – CypressSt. Mark Lutheran – HoustonTrinity Lutheran – Klein Upbring School of Discovery and LeadershipWestlake Preparatory Academy – Katy/Richmond Area

Document 00030

ADVERTISEMENT FOR BIDS

HOUSTON DOWNTOWN MANAGEMENT DISTRICT

1313 MAIN STREET STANDBY GENERATOR

The Houston Downtown Management District (the “Downtown District”) will receive sealed bids for the 1313 Main Street Standby Generator Project, located in Downtown Houston, Texas. Bids will be received until 10:00 AM, local time on Tuesday, March 24, 2020 by the Director of Construction, Downtown District. Bids received after this time will not be accepted. Bids are to be delivered to 1313 Main Street Houston, Texas 77002.

Beginning Tuesday, at 9:00am on March 10, 2020, Bid Documents will be available at www.civcastusa.com. Any Addenda will be distributed through www.civcastusa.com. Bid Documents may also be examined at the MBDA (Minority Business Development Agency Business) 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 2.00 PM on Tuesday, March 17, 2020, at the project location at 1313 Main Street, Houston, Texas 77002. 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 Conference. 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.1 2 (June 14, 1995), and City of Houston Affirmative Action and Contract Compliance Division Minority/Women Business Enterprise (M/WBE) Procedures (June 1995). The successful Bidder will be required to make good faith efforts to achieve an M/W/S/DBE participation goal of 20 percent.

1

NOTICE TO BIDDERS

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 thoroughly reviewed all solicitation documents prior to any scheduled conference(s). Interested parties 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.

INVITATION TO BID – Sealed bids will be received in the Office of the City Secretary, City Hall Annex, Public Level, 900 Bagby, until 10:30 A.M., on the bid due date, and all bids will be opened and publicly read in the City Council Chamber at 11:00 A. M.

Bids Due – April 2, 2020 at 10:30 A.M.

Maintenance and Repair Services for Sludge Dewatering and Drying Equipment for Houston Public Works – Strategic Procurement Division – S89-L29355 – 11% MWBE Goal – Pre-Bid Conference will be held March 11, 2020 at 10:00 A.M. at 611 Walker St.,16th Floor Conference Room No. 16-A, Houston, TX 77002. Interested parties may contact Sue Arredondo at 832.393.9151 or via email at [email protected].

Oil Analysis for the City of Houston Fleet Management Department – Strategic Procurement Division – S73-S29311 – 0% MWBE Goal – Pre-Bid Conference will be held March 11, 2020 at 10:00 A.M. at 611 Walker St.,10th Floor Conference Room No. 1046, Houston, TX, 77002. Interested parties may contact Gabriel Carey at 832.393.8713 or via email at [email protected].

Runway and Taxiway Repair Materials for the City of Houston Airport System – Strategic Procurement Division – S88-S29365 – 0% MWBE Goal - Pre-Bid Conference will be held March 11, 2020 at 1:00 P.M. at 611 Walker St.,11th Floor Conference Room No. 1148, Houston, TX, 77002. Interested parties may contact Adeola Otukoya at [email protected].

REQUEST FOR PROPOSALS – 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 RFP.

Proposals Due – April 2, 2020 at 2:00 P.M.

Cleaning and Janitorial Services for Various Departments of the City of Houston – Strategic Procurement Division – S19-T29216 – 15% MWBE Goal - Pre-Proposal Conference will be held March 11, 2020 at 10:30 A.M., at 611 Walker St, 20th Floor, Large Conference Room, Houston, Texas 77002. Interested parties may contact Roy Korthals at 832.393.8734 or via email at [email protected].

REQUEST FOR QUALIFICATIONS – Sealed submissions 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.

Submissions Due – April 2, 2020 at 4:00 P.M.

Technical Advisory Services for the City of Houston Airport System – Strategic Procurement Division – S36-Q29369 – 0% MEBE Goal – Pre-Submission Conference will be held March 17, 2020 at 10:00 A.M., at the Houston Airport System Infrastructure Division Office, Auditorium No. 1, 111 Standifer St, Humble TX 77338. Interested parties may call Valerie Player-Kaufman at 832-393-8749 or via email [email protected].

20

INVITATION TO BIDDERS

Sealed bids, in duplicate, addressed to Board of Directors, Waller County Municipal Utility District No. 19, 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, March 24, 2020, 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 Empire West Business Park Paving and Utilities, Phase 1 for Waller County MUD No. 19, Waller County, Texas,”

Scope of Project:

1. 565 LF of 8-inch, 2,526 LF of 10-inch, and 1,297 LF of 12-inch sanitary sewer and appurtenances 2. 165 LF of 6-inch, 6,207 LF of 8-inch, 13,391 LF of 12-inch, and 731 LF of 16-inch waterline and appurtenances 3. 1,740 LF of 24-inch RCP, 226 LF of 30-inch RCP, 512 LF of 36-inch RCP, 40 LF of 54-inch RCP, 87 LF of 84-inch RCP storm sewer and appurtenances 4. 701 LF of 8’x5’ RCB, 329 LF of 8’x7’ RCB, 1,037 LF of 9’x7’ RCB, 505 LF of 10’x7’ RCB storm sewer and appurtenances 5. Approx. 22,959 SY of 8-inch reinforced concrete pavement 6. Approx. 588 SY of 2-inch asphalt pavement

Bids received after the closing time will be returned unopened.

There will be no pre-bid meeting associated with this project.

Plans, specifications and bid documents are available at www.civcastusa.com, search: 7274-00.

A cashier’s check or bid bond in the amount of 5% of the total bid amount must accompany 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.

6

INVITATION TO BIDDERS

Sealed Bids, in duplicate, addressed to Harris County Municipal Utility District No. 420, will be received at the office of Benchmark Engineering Corporation 2401 Fountainview Drive, Suite 500, Houston Texas 77057 until 2:00 p.m. Local Time, Monday March 23, 2020, and then publicly opened and read for the “Proposed Clearing, Earth Movement, Construction of Proposed Lake Detention Basin, and Storm Sewer Systems Serving Anderson Lakes Development in Harris County Municipal Utility District No. 420, Harris County, Texas”.

Scope of Work of the Contract includes the furnishing of all material, equipment, labor, and supervision necessary or incidental for the proposed clearing, earth movement, construction of proposed lake detention basin and storm sewer systems serving Anderson Lakes Development.

Bids received after the closing time will be returned unopened. A pre-bid conference will be held on Monday, March 16, 2020, at 2:00 p.m. Local Time, at the office of Benchmark Engineering Corporation.

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.

Copies of the bidding documents are on file at the following location:

2401 Fountainview Drive, Suite 500, Houston, Texas 77057 Bidding documents may be examined at the above locations or shall be obtained/purchased by prospective bidders or suppliers upon payment of One Hundred Dollars ($100.00 non-refundable plus cost of delivery) for each set of documents at 2401 Fountainview Drive, Suite 500. Checks should be made payable to Benchmark Engineering Corporation.

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.

HARRIS COUNTY MUNICIPAL UTILITY DISTRICT NO. 420

7

Bid Notice

The Klein Independent School District is accepting electronic bids for Food Service – Custom Modular Equipment, Bid #21-178, on March 24, 2020 in Room 207 of the Central Office Building. Purchasing Specifications, 832.249.4683.

8-REV

INVITATION TO BID

Sealed bids, in duplicate, addressed to Harris County Fresh Water Supply District No. 61 will be received at the office of the District, 13205 Cypress North Houston Road, Cypress, Texas 77429, until 1:00 p.m., March 24, 2020, and then publicly opened and read for furnishing all labor, material and equipment and performing all work required for the construction of the following work:

Wortham Falls Detention Pond Improvements Harris County Fresh Water Supply District No. 61; Harris County, Texas; Project No. 120-12188-000

A mandatory pre-bid conference for prospective bidders will be held at the office of District, 13205 Cypress North Houston Road, Cypress, Texas 77429, on March 17, 2020, at 10:00 a.m. No person may represent more than one bidder at the pre-bid conference. If a person claims to represent more than one bidder at the pre-bid conference, the bid of each bidder so represented will be returned unopened. Each bid shall be submitted on the prescribed form and accompanied by a bid bond, cashier’s check or certified check in the amount equal to ten percent (10%) of total base bid. If certified or cashier’s check is used as bid security, check must be drawn on a responsible bank located in the State of Texas and made payable to Owner only.

Drawings, specifications and bid documents may be obtained from www.civcastusa.com, search Wortham Falls Detention Pond Improvements – ID 24170-120-12188-000. It is the responsibility of the contractor bidding the project to ensure the accuracy of the reproduction of all bid documents and construction drawings. This responsibility includes, but is not limited to, proper scaling, paper width and length, etc. Failure to do so may result in errors in the unit bid quantities and/or bid amounts.

The Owner reserves the right to waive any informalities or minor defects and to reject any or all bids. In case of the lack of clarity or ambiguity in prices, the Owner reserves the right to accept the most advantageous or reject the bid. The successful bidder will be required to provide payment and performance bonds in the amount of one hundred percent (100%) of the contract price.

Attention: The District may not accept this bid until it has received from the bidder a completed, signed, and notarized TEC Form 1295 complete with a certificate number assigned by the Texas Ethics Commission (“TEC”), pursuant to Texas Government Code § 2252.908 and the rules promulgated thereunder by the TEC. The undersigned understands that failure to provide said form complete with a certificate number assigned by the TEC will result in a non-conforming bid and will prohibit the District from considering this bid for acceptance. To complete and submit Form 1295 and generate the Certification of Filing, please visit the Texas Ethics Commission’s website at https://www.ethics.state.tx.us.

13

Page 4: CLASSIFIEDS - media.bizj.us · AND CLASSIFIEDS. THE HOUSTON AREA. Direct Private Lender 512-732-8338 info@equitysecured.com. IMMEDIATE DECISION QUICK CLOSING - 5 DAYS ALL PROPERTY

42 HOUSTON BUSINESS JOURNAL MARCH 6-12, 2020

LEGALS

PUBLIC NOTICE AT&T Mobility, LLC, constructed a small cell telecommunication facility at 11740

Northpointe Boulevard, Tomball, Harris County, Texas, consisting of a new steel pole with top-mounted antenna for an overall height of +/-33 feet above grade. Any interested party wishing to submit comments regarding the potential effects the proposed facility may have on any historic property may do so by sending comments to: Project 6120000605 - JLD EBI Consulting, 6876 Susquehanna Trail South, York, PA 17403, or via telephone at (203) 231-6643.

4

SPRING INDEPENDENT SCHOOL DISTRICTNOTICE TO BIDDERS

SPRING INDEPENDENT SCHOOL DISTRICT is soliciting request for proposal for RFP #20-016 Summer 2020 Projects until 2:00 p.m. (CST) Thursday, March 26, 2020. Proposals will be submitted online in the Spring ISD eBid System. Vendors can register and/or login to view specifications and submit their response at the following link: https://springisd.ionwave.net. For additional information, call Procurement Services at 281-891-6465.

11 SECTION 1

NOTICE TO BIDDERS

Sealed proposals for the Construction of the 108-INCH STORM SEWER OUTFALL IMPROVEMENTS to serve North Park Public Utility District will be received at the office of Dannenbaum Engineering Corporation, 3100 West Alabama, Houston, Texas 77098 (Tel. 713/520-9570) on WEDNESDAY, MARCH 25TH AT 10:00AM local time, and then publicly opened. A NON-MANDATORY BUT HIGHLY RECOMMENDED PRE-BID CONFERENCE WILL BE HELD ON WEDNESDAY MARCH 18TH AT 2:00PM 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 North Park Public Utility District – 108-Inch Storm Sewer Outfall Improvements. 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.

12

INVITATION TO BID

Sealed bids, in duplicate, addressed to Harris County Fresh Water Supply District No. 61 will be received at the office of the District, 13205 Cypress North Houston Road, Cypress, Texas 77429, until 1:30 P.M., March 24, 2020, and then publicly opened and read for furnishing all labor, material and equipment and performing all work required for the construction of the following work:

Project Name: Sanitary Sewer Phases 7 & 9 Rehabilitation Harris County Fresh Water Supply District No. 61; Harris County, Texas; Project No. 120-12169-000

A mandatory pre-bid conference for prospective bidders will be held at the office of Harris County Fresh Water Supply District No. 61, 13205 Cypress North Houston Road, Cypress, Texas 77429, on March 17, 2020, at 1:00 P.M. No person may represent more than one bidder at the pre-bid conference. If a person claims to represent more than one bidder at the pre-bid conference, the bid of each bidder so represented will be returned unopened. Each bid shall be submitted on the prescribed form and accompanied by a bid bond, cashier’s check or certified check in the amount equal to ten percent (10%) of total base bid. If certified or cashier’s check is used as bid security, check must be drawn on a responsible bank located in the State of Texas and made payable to Owner only.

Drawings, specifications and bid documents may be obtained from www.civcastusa.com, search Sanitary Sewer Phases 7 & 9 Rehabilitation – ID 24170-120-12169-000. It is the responsibility of the contractor bidding the project to ensure the accuracy of the reproduction of all bid documents and construction drawings. This responsibility includes, but is not limited to, proper scaling, paper width and length, etc. Failure to do so may result in errors in the unit bid quantities and/or bid amounts.

The Owner reserves the right to waive any informalities or minor defects and to reject any or all bids. In case of the lack of clarity or ambiguity in prices, the Owner reserves the right to accept the most advantageous or reject the bid. The successful bidder will be required to provide payment and performance bonds in the amount of one hundred percent (100%) of the contract price.

Attention: The District may not accept this bid until it has received from the bidder a completed, signed, and notarized TEC Form 1295 complete with a certificate number assigned by the Texas Ethics Commission (“TEC”), pursuant to Texas Government Code § 2252.908 and the rules promulgated thereunder by the TEC. The undersigned understands that failure to provide said form complete with a certificate number assigned by the TEC will result in a non-conforming bid and will prohibit the District from considering this bid for acceptance. To complete and submit Form 1295 and generate the Certification of Filing, please visit the Texas Ethics Commission’s website at https://www.ethics.state.tx.us.

14

NOTICE TO BIDDERS

Sealed bids in duplicate, addressed to EMPTOR ANGLETON, LLC, will be received at the offices of Costello, Inc., 2107 CityWest Blvd., 3rd Floor, Houston, Texas 77042 until 1:30 p.m. local time, Monday, March 23, 2020 and then publicly opened and read for “CLEARING AND GRUBBING FOR DRAINAGE IMPROVEMENTS FOR ANGLETON TRACT SECTION ONE (60 +/- ACRES)” in the City of Angleton, Brazoria County, TX. A non-mandatory pre-bid conference will be held at the offices of Costello, Inc. at 1:30 p.m. local time, Monday, March 16, 2020. Bidding documents may be viewed and downloaded free of charge (with the option to purchase hard copies) at the CivCastUSA Website (www.CivCastUSA.com). Reproduction charges may apply.

15

NOTICE TO BIDDERS

FULSHEAR MUNICIPAL UTILITY DISTRICT NO. 3A will receive bids for construction of “WATER DISTRIBUTION, SANITARY SEWER, DRAINAGE, AND PAVING FACILITIES TO SERVE JORDAN RANCH SECTION 23 AND SECTION 24, Project No. 2141-033-00, Contract No. 1; FORT BEND COUNTY, Texas” at the office of the ENGINEER (IDS Engineering Group, 13430 Northwest Freeway, Suite 700, Houston, Texas 77040). The project includes Water distribution, sanitary, drainage, and paving facilities to serve a single family residential subdivision. A Pre-bid conference will be held on Friday, March 13, 2020 at 10:00 a.m. Local Time at the office of the ENGINEER, and bids will be publicly opened and read on Friday, March 20, 2020 at 10:00 a.m. Local Time at the office of the ENGINEER. The Pre-bid conference is not mandatory.

Proposals must be accompanied by a cashier’s check or a bid bond from a surety company holding a permit in the State of Texas for an amount equal to 5% of the amount bid. The amount of said cashier’s check or bond will be forfeited to the OWNER and the bank or surety shall be liable to the OWNER for the amount in the event the successful bidder shall fail or refuse to enter into a contract or furnish bonds as hereafter required within ten (10) days after the date of notice of award.

The successful bidder must furnish a performance bond and a payment bond on the forms provided, each in the amount of 100% of the Contract price from a surety company licensed by the State of Texas.

Copies of the bidding documents are on file and available for review at the office of the Engineer.

Copies of the bidding documents may be obtained from www.CivcastUSA.com: search “Jordan Ranch Sections 23 and 24 WSD&P”. Bidders must register on this website in order to view and/or download specifications, plans, and other related documents for this project. There is NO charge to view or download documents.

The OWNER reserves the right to reject any or all bids and to waive informalities or irregularities in bidding. In case of lack of clarity in stating prices, the OWNER reserves the right to consider the most advantageous construction thereof, or reject the bid.

FULSHEAR MUNICIPAL UTILITY DISTRICT NO. 3A

16

STAFFORD MUNICIPAL SCHOOL DISTRICTRFP #20 - 002 Issued: March 6, 2020

REQUEST FOR COMPETITIVE SEALED PROPOSALS FORELEMENTARY SCHOOL & EARLY CHILDHOOD CENTER RENOVATIONS

Pursuant to the provisions of the Texas Government Code Chapter 2269, Subchapter D, as amended, the Stafford Municipal School District is seeking competitive sealed proposals from qualified Contractors to provide Construction Services for Elementary School and Early Childhood Center Renovations.

Responses are due in two parts: Part 1: Price proposal and required Forms, and Part 2: Small Business Participation Plan, Subcontractors and Alternates. Part 1 responses are due by April 2, 2020 at 11:00 a.m. CST. Part 2 responses are due April 2, 2020 by 4:00 p.m. CST. All responses must be provided in a sealed envelope/package with “RFP #20 – 002” clearly printed on the face of the package and delivered to:

Attention: Dedrea Norman, CFO Stafford MSD

1625 Staffordshire RoadStafford, TX 77477

17

NOTICE TO BIDDERS

Sealed bids, in duplicate, addressed to D.R. Horton – Texas, Ltd. for Fort Bend County Municipal Utility District No. 218, will be received at the office of the Engineer, Pape-Dawson Engineers, Inc., 10350 Richmond Ave., Suite 200, Houston, Texas 77042, Phone 713-428-2400 until 2:00 PM, local time, Tuesday, March 24, 2020 and then publicly opened and read for the construction of the following project:

“Construction of Paving Facilities forBryan Road Phase II”Project No. 40166-40

Scope of Work of the Contract includes:

1. Approx. 6,250 SY of 8-inch reinforced concrete pavement and all appurtenances2. Approx. 3,500 LF of 6-inch concrete curb

A mandatory pre-bid conference will be held at 2:00 PM, local time, Tuesday, March 17, 2020 at the office of the Engineer.

Instruction to Bidders and other bid documents will be available for review at the office of the Engineer and will be provided electronically to prospective bidders. Please contact Ashley Burney via email at [email protected] to obtain document download information.

The Owner reserves the right to reject any or all bids and to waive any informalities or minor defects. In case of the lack of clarity or ambiguity in prices, the Owner reserves the right to accept the most advantageous or reject the bid. All bids received after the closing time designated above will be returned unopened.

19

Section 00020

INVITATION TO BIDDERS

Sealed Bids, in duplicate, addressed to West Harris County Regional Water Authority, will be received at the office of Dannenbaum Engineering Corporation, 3100 West Alabama, Houston, TX 77098, until 10:00 AM, Local Time, March 26, 2020 and then publicly opened and read for “Construction of Contract Segment A - Casing for the West Harris County Regional Water Authority (WHCRWA), Harris County, Texas.”

Work of Contract is for construction of approximately 800 linear feet total of 120-inch diameter steel casing for a future 96-inch diameter steel water line that will be placed under a future rail road spur. The proposed steel casing installation will consist of primarily open cut construction within a proposed WHCRWA easement, as shown on the Drawings. Details of this work are provided in the Construction Drawings and Project Manual. This project is a part of the overall Surface Water Supply Project.

Bids received after the closing time will be returned unopened. A MANDATORY pre-bid conference will be held on March 18, 2020, at 10:00 AM Local Time, at the office of Dannenbaum Engineering Corporation, 3100 West Alabama, Houston, Texas. 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.

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 10 days after the date Contract Documents are received by the Contractor.

Copies of the bidding documents may be obtained from www.CivcastUSA.com: search WHCRWA Segment A – Casing. 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.

The Owner reserves the right to reject any or all Bids and to waive all defects and irregularities in bidding process except time of submitting a Bid. The Successful Bidder, if any, will be the responsible Bidder which in the Board’s judgement will be most advantageous to the West Harris County Regional Water Authority (the Authority) and result in the best and most economical completion of the Project.

West Harris County Regional Water Authority

20

INVITATION TO BIDDERS

Sealed Bids, in duplicate, addressed to Harris County Municipal Utility District No. 423, Attention Ms. Patricia Scholes, President, Board of Directors, will be received at the office of Jones & Carter, Inc., 6330 West Loop South, Suite 150, Bellaire, Texas 77401, until 10:00 a.m. Local Time, March 20, 2020, and then publicly opened and read for “Construction of Balmoral Phase IV Drainage Facilities for Harris County Municipal Utility District No. 423, Harris County, Texas”.

Scope of Work of the Contract includes the Construction of Balmoral Phase IV Drainage Facilities.

Bids received after the closing time will not be opened and will be delivered to the Owner for its consideration. A non-mandatory pre-bid conference will be held on March 13, 2020, at 10:00. a.m. Local Time, at the office of Jones & Carter, Inc., 6330 West Loop South, Suite 150, Bellaire, Texas 77401.

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 14 days after the date Contract Documents are received by the Contractor.

Copies of the bidding documents may be obtained from www.CivcastUSA.com. 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 by appointment without charge in the office of Jones and Carter, Inc., 6330 West Loop South, Suite 150, Bellaire, Texas 77401.

The District may not accept this bid until it has received from the bidder a completed, signed, and notarized TEC Form 1295 complete with a certificate number assigned by the Texas Ethics Commission (“TEC”), pursuant to Texas Government Code § 2252.908 and the rules promulgated thereunder by the TEC. Failure to provide said form complete with a certificate number assigned by the TEC will result in a non-conforming bid and will prohibit the District from considering this bid for acceptance.

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.

Harris County Municipal Utility District No. 423

24

NOTICE TO BIDDERS

FULSHEAR MUNICIPAL UTILITY DISTRICT NO. 3A will receive bids for construction of “WATER DISTRIBUTION, SANITARY SEWER, DRAINAGE AND PAVING FACILITIES TO SERVE JORDAN RANCH SECTION 20 AND 21, Project No. 2141-030-00, Contract No. 1; FORT BEND COUNTY, Texas” at the office of the ENGINEER (IDS Engineering Group, 13430 Northwest Freeway, Suite 700, Houston, Texas 77040). The project includes water distribution, sanitary sewer, drainage, and paving facilities to serve a single family residential subdivision. A Pre-bid conference will be held on Friday, March 13, 2020 at 10:00 a.m. Local Time at the office of the ENGINEER, and bids will be publicly opened and read on Friday, March 20, 2020 at 10:00 a.m. Local Time at the office of the ENGINEER. The Pre-bid conference is not mandatory.

Proposals must be accompanied by a cashier’s check or a bid bond from a surety company holding a permit in the State of Texas for an amount equal to 5% of the amount bid. The amount of said cashier’s check or bond will be forfeited to the OWNER and the bank or surety shall be liable to the OWNER for the amount in the event the successful bidder shall fail or refuse to enter into a contract or furnish bonds as hereafter required within ten (10) days after the date of notice of award.

The successful bidder must furnish a performance bond and a payment bond on the forms provided, each in the amount of 100% of the Contract price from a surety company licensed by the State of Texas.

Copies of the bidding documents are on file and available for review at the office of the Engineer.

Copies of the bidding documents may be obtained from www.CivcastUSA.com: search “Jordan Ranch Section 20 and 21 WSD&P”. Bidders must register on this website in order to view and/or download specifications, plans, and other related documents for this project. There is NO charge to view or download documents.

The OWNER reserves the right to reject any or all bids and to waive informalities or irregularities in bidding. In case of lack of clarity in stating prices, the OWNER reserves the right to consider the most advantageous construction thereof, or reject the bid.

FULSHEAR MUNICIPAL UTILITY DISTRICT NO. 3A

9

INVITATION TO BID

Sealed bids in duplicate addressed to Green Trails Municipal Utility District (the “District”) will be received in the offices of Jones|Carter, 6330 West Loop South Ste. 150, Bellaire, Texas 77401, until 10:30 a.m. Wednesday, March 18, 2020, and then publicly opened and read for furnishing all labor, material and equipment and performing all work required for the construction of:

SANITARY SEWER REPLACEMENT WEST OF FRY ROAD

The project includes but is not limited to removal and replacement of approximately 410 linear feet of 8-inch (8”) gravity sanitary sewer by open cut, 8-inch (8”) gravity sanitary sewer point replacement by open cut and pipe bursting under an existing sign totaling 60 linear feet, reconnection of an estimated two (2) service leads, removal and replacement of 3 manhole rim and covers, sewer flow control, removal and reinstallation of sample well and grease interceptor system, site restoration, concrete pavement, and all other miscellaneous items to complete work.

The project is located in Green Trails Municipal Utility District, Harris County, Texas west of S Fry Road and adjacent to the Nottingham Village Shopping Center (Harris County Key Map No. 486 G).

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.

Plans, specifications, and bidding documents will be available for download via CivCast at www.civcastusa.com at no cost.

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 Green Trails 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 not be a pre-bid conference for this project.

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.

21-REV

Page 5: CLASSIFIEDS - media.bizj.us · AND CLASSIFIEDS. THE HOUSTON AREA. Direct Private Lender 512-732-8338 info@equitysecured.com. IMMEDIATE DECISION QUICK CLOSING - 5 DAYS ALL PROPERTY

MARCH 6-12, 2020 HOUSTON BUSINESS JOURNAL 43

LEGALSADVERTISEMENT FOR CONSTRUCTION

LOW BID

CITY 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 project(s):

Project Name and Number: Midwest Police Station Restoration–Hurricane Harvey WBS No. G-Harvey-1083-4-01-1E

Project Description: The project will include, but is not limited to the following: demo and install 5/8” gypsum board; repair, tape, float and paint walls; replace missing and damaged ceiling tiles; install new vinyl baseboards; replace interior window seal components and water proof; professionally clean carpet.

Bid Date: Thursday, March 26, 2020

Project Location: Midwest Police Station 7277 Regency Square Blvd. Houston, TX 77036

Project Manager: Leonard Jordan / 832-393-8201

Estimated Construction Budget: $200,660.00

Pre-bid Meeting: Monday, March 16, 2020 at 11:00am City Hall Annex, 900 Bagby, 2nd Floor Conf. Rm 242

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 Section 15 45 of the City of Houston Code of Ordinances (City Code).

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

https://www.houstontx.gov/generalservices/advertisements.htmlRespondent acknowledges that Federal Emergency Management Agency (FEMA) financial

assistance will be used to fund this Agreement and Respondent agrees to comply with all applicable Federal laws, regulations, executive orders, FEMA requirements, and all other terms and conditions incorporated into the bid documentation.

Contracts funded in whole or in part by federal funding (e.g. FEMA Public Assistance Grants) are also subject to the requirement at 2 C.F.R. § 200.321 to solicit minority businesses, women’s business enterprises, and labor area surplus firms when possible. The list of labor surplus areas is provided at the Department of Labor’s website at https://doleta.gov/programs/lsa.cfm.

Regulation 2 C.F.R. § 200.321 requires, where subcontracting is permitted, contractors to take the following affirmative steps:

1. Solicitation Lists. The Contractor must place small and minority businesses and women’s business enterprises on solicitation lists.

2. Solicitations. The Contractor must assure that it solicits small and minority businesses and women’s business enterprises whenever they are potential sources.

3. Dividing Requirements. The Contractor must divide total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses and women’s business enterprises.

4. Delivery Schedules. The Contractor must establish delivery schedules, where the requirement permits, which encourage participation by small and minority businesses and women’s business enterprises.

5. Obtaining Assistance. The Contractor must use the services and assistance, as appropriate, of such organizations as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce.

The Contractor must take these steps regardless of any MWBE requirements set by the City. Selected Firm(s) should clearly document the communication and outreach to the certified business. Documentation may include mail logs, phone logs, or similar records documenting the use of the above identified sources of information about MWSBE firms, the efforts to contact them, and other efforts to meet the above requirements.

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), Minority, Women, Persons with Disabilities and Small Business Enterprise requirements (Chapter 15, Articles V and VI, City Code and Executive Order 1-2), and the MWBE goal of 17.07%.

Dated: (Publish Friday, March 6, 2020 and March 13, 2020) Anna RussellCity Secretary

22-REV2

INVITATION TO BIDDERS

Sealed Bids, in duplicate, addressed to Montgomery County Municipal Utility District No. 121, Attention: James D. Pell, President, Board of Directors, will be received at the office of LJA Engineering, Inc., 2929 Briarpark Drive, Suite 150, Houston, Texas 77042, until 2:30 p.m. Local Time, Thursday, March 26, 2020, and then publicly opened and read for “Construction of the Woodforest Lift Station No. 6 to Serve Montgomery County Municipal Utility District No. 121, Montgomery County, Texas”. Bidders may elect to submit bids electronically via https://bids.lja.com.

Scope of Work of the Contract includes lift station.

Bids received after the closing time will be returned unopened. A non-mandatory pre-bid conference will be held on Thursday, March 19, 2020, at 2:30 p.m. Local Time, at the office of LJA Engineering., 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 or at https://bids.lja.com . Bidders must register on this website to download bidding documents.

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. 121

5-REV

NOTICE TO BIDDERS

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 thoroughly reviewed all solicitation documents prior to any scheduled conference(s). Interested parties 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.

INVITATION TO BID – Sealed bids will be received in the Office of the City Secretary, City Hall Annex, Public Level, 900 Bagby, until 10:30 A.M., on the bid due date, and all bids will be opened and publicly read in the City Council Chamber at 11:00 A. M.

Bids Due – April 2, 2020 at 10:30 A.M.

Summer Food Service Program (SFSP) – Strategic Procurement Division – S74-L29362 – 11% MWBE Goal – Pre-Bid Conference will be held March 17, 2020 at 10:30 A.M. at 611 Walker St. 11th Floor Conference Room 1148, Houston, TX 77002. Interested parties may contact Elnora Smith at 832.393.0209 or via email at [email protected].

Bids Due – April 2, 2020 at 10:30 A.M.

Tree Removal, Trimming and Pruning Services for Parks and Recreation Department – Strategic Procurement Division – S10-L29316 – 11% MWBE – Pre-Bid Conference will be held March 18, 2020 at 10:00 A.M. at 611 Walker St. 11th Floor Conference Room 1148, Houston, TX 77002. Interested parties may contact Greg Hubbard at 832.393.8748 or via email at [email protected].

PROPOSALS DUE – APRIL 2, 2020 AT 4:00 P.M.

Financial Services for Disaster Related Funding for the City of Houston Finance Department – Strategic Procurement Division – S36 T29298 – 24% MWBE Goal – Pre-Proposal Conference will be March 19, 2020 at 10:00AM at the Bob Lanier Public Works Building, 611 Walker St., 11th Floor Conference Room 1148, Houston, Texas 77002. Interested parties may call Valerie Player-Kaufman at 832-393-8749 or email [email protected]

25-REV

Document 00100 - CSP

ADVERTISEMENT FOR CONSTRUCTIONCOMPETITIVE SEALED PROPOSALS

CITY OF HOUSTON

The 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: 66-inch Water Line Interconnection along W. Hardy Road from Beltway 8 to Greens Road - Competitive Sealed Proposal

WBS Number: S-000900-0166-4

Proposal Date: April 16, 2020

Project Location: The project starts approximately 450 feet west of West Hardy Road from HCFCD P144-02-00 to North of BW-8 along City easement, and along West Hardy Road To North of Greens Road, the project is within City easements and City Right-of-way, with exception of BW-8 crossing.

Project Manager: Ram Chakradhar, P.E. / Phone Number (832) 395-2073

Estimated Construction Cost: $20,419,245.80

Pre-Proposal Meeting: MANDATORY Tuesday, March 17, 2020, at 10:00AM, 1st Floor, Conference Room No. 107, 4501 Leeland Street, Houston, Texas 77023 MANDATORY

The City of Houston intends to utilize the Competitive Sealed Proposals process as authorized in Chapter 2269, Texas Government Code for the above procurement. Proposals will be accepted at 900 Bagby, Room P101, Houston, Texas 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) Pass Fail Criteria Packet (2) Qualification Packet and (3) Bid Packet. The “(1) Pass Fail Criteria Packet”, and all copies of the “(2) Qualification Packet” should be submitted together in a sealed envelope which is so named, The “(3) Bid Packet” shall be submitted in another sealed envelope which is so named. The Bid Packet 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 15 3(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 purposes. 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.

This project is 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 Project 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.

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

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 Document 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 is contingent upon release of funds from the Texas Water Development Board (TWDB). Any contract or contracts awarded under this Advertisement for Proposals are expected 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 requirements and further explanation.Dated: (Publish Friday, March 6, 2020) Pat Jefferson-Daniel Interim City Secretary

28

ADVERTISEMENT FOR BIDS

CITY OF HOUSTON

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

Project Name: Force Main R/R Eldridge Parkway, Beechnut and West Orem

WBS Number: R-000035-0013-4Bid Date: April 2, 2020Project Location: This project includes force mains renewal and

replacement for Eldridge Parkway Lift Station, Beechnut Lift Station and West Orem Lift Station locations in Houston, Texas.

Project Manager: Zafar Ahmed, P.E. Phone Number (832) 395-2064Estimated Construction Cost: $8,625,270.65Prebid Meeting: Tuesday, March 17, 2020, at 10:30 A.M., 15th Floor,

Conference Room No. 1546, 611 Walker, Houston, Texas 77002

Project Name: North Street Sanitary Sewer ProjectWBS Number: R-002011-0097A-4Bid Date: April 2, 2020Project Location: The project is located close to the intersection of

Highway I-45 and Highway I-10 near Houston downtown on North Street between North Main Street and Mainford Street, and along Highway I-45 between North Street and Wrightwood Street.

Project Manager: David Tajadod, P.E. Phone Number 832-395-6119Estimated Construction Cost: $636,200.00Prebid Meeting: Tuesday, March 17, 2020, at 10:00 AM, 2nd Floor,

Conference Room No. 227, 4545 Groveway, Houston, Texas 77087

Project Name: North Corridor Consolidation Package 1WBS Number: R-000536-0008-4Bid Date: April 02, 2020Project Location: East by I-45, West by Hardy Toll Road, North by

Greens Road and South by Beltway 8.Project Manager: Akhter Hussain, P.E. Phone Number (832) 395-2294Estimated Construction Cost: $23,837,012.00Prebid Meeting: Wednesday, March 18, 2020, at 10:30 A.M., 15th

Floor, Conference Room No. 1546, 611 Walker, Houston, Texas 77002

Project Name: Bar Screen and Grating ReplacementWBS Number: R-000265-144B-4 Bid Date: 03/26/2020Project Location: Keegans Bayou WWTP located at 9400 White

Chapel Lane, Houston 77074; Northwest WWTP located at 5423 Mangum Road, Houston 77091; Chocolate Bayou WWTP located at 9600 Martin Luther King Boulevard, Houston 77033

Project Manager: Bintuan Zhu, P.E. Phone Number (832) 395-4987Estimated Construction Cost: $2,751,000.00Prebid Meeting: Tuesday, March 10, 2020, at 9:00 AM, 2nd Floor,

Conference Room No. 227, 4545 Groveway Dr. Houston, TX 77087

Project Name: Traffic Signal Work Order FY-2020 AWBS Number: N-321040-0012-4 Bid Date: 03/26/2020Project Location: VariousProject Manager: Bashar Khalil Phone Number 832-395-2241Estimated Construction Cost: $3,500,000.00Prebid Meeting: 03/17/2020, at 611 Walker, 14th Floor, Conference

Room No. 14 B, 03/06/2020

Bids will be accepted at 900 Bagby, Room P101, Houston, Texas 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 this project 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-321040-0012-4, R-000265-144B-4, R-000035-0013-4, R-002011-0097A-4 and R-000536-0008-4 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.

For project R-000536-0008-4 access to the project site is restricted. Attendance at the Prebid Meeting is the only opportunity for Bidders to see the existing conditions of the site prior to Bid Date.

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://www.houstonpermittingcenter.org/media/3071/download

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 Date. 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 projects N-321040-0012-4, R-000265-144B-4, R-000035-0013-4, R-002011-0097A-4 and R-000536-0008-4 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 Document 00800 – 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, March 6, 2020) Pat Jefferson-DanielInterim City Secretary

29-REV

Page 6: CLASSIFIEDS - media.bizj.us · AND CLASSIFIEDS. THE HOUSTON AREA. Direct Private Lender 512-732-8338 info@equitysecured.com. IMMEDIATE DECISION QUICK CLOSING - 5 DAYS ALL PROPERTY

44 HOUSTON BUSINESS JOURNAL MARCH 6-12, 2020

LEGALSNOTICE TO BIDDERS

PULTE HOMES OF TEXAS, LP ON BEHALF OF HARRIS COUNTY MUNICIPAL UTILITY DISTRICT NO. 166 will receive bids for construction of “WATER DISTRIBUTION, SANITARY SEWER, DRAINAGE AND PAVING FACILITIES TO SERVE KINGFIELD DRIVE, Project No. 0910-039-00, Contract No. 1; HARRIS COUNTY, Texas” at the office of the ENGINEER (IDS Engineering Group, 13430 Northwest Freeway, Suite 700, Houston, Texas 77040). The project includes construction of utilities to serve a single family residential subdivision. A Pre-bid conference will be held on Friday, March 13, 2020 at 10:30 a.m. Local Time at the OFFICE OF THE ENGINEER, and bids will be publicly opened and read on Friday, March 20, 2020 at 10:30 a.m. Local Time at the OFFICE OF THE ENGINEER. The Pre-bid conference is not mandatory.

Proposals must be accompanied by a cashier’s check or a bid bond from a surety company holding a permit in the State of Texas for an amount equal to 5% of the amount bid. The amount of said cashier’s check or bond will be forfeited to the OWNER and the bank or surety shall be liable to the OWNER for the amount in the event the successful bidder shall fail or refuse to enter into a contract or furnish bonds as hereafter required within ten (10) days after the date of notice of award.

The successful bidder must furnish a performance bond and a payment bond on the forms

provided, each in the amount of 100% of the Contract price from a surety company licensed by the State of Texas.

Copies of the bidding documents are on file and available for review at the office of the

Engineer.

Copies of the bidding documents may be obtained from www.CivcastUSA.com: search “Harris County MUD No. 166 – WSD&P for Kingfield Drive”. Bidders must register on this website in order to view and/or download specifications, plans, and other related documents for this project. There is NO charge to view or download documents.

The OWNER reserves the right to reject any or all bids and to waive informalities or

irregularities in bidding. In case of lack of clarity in stating prices, the OWNER reserves the right to consider the most advantageous construction thereof, or reject the bid.

PULTE HOMES OF TEXAS, LP ON BEHALF OF HARRIS COUNTY MUNICIPAL UTILITY DISTRICT NO. 166

23

INVITATION TO BIDDERS

Sealed Bids, in duplicate, addressed to Harris County Municipal Utility District 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, March 23, 2020, and then publicly opened and read for the furnishing of all material, equipment, labor and supervision necessary or incidental to “Construction of The Groves, Section Thirty Five and Thirty Six Water, Sanitary Sewer, and Storm Sewer Facilities for Harris County MUD No. 504, Harris County, Texas.”

Scope of Work includes:

1. Approx. 3,000 LF of 8-inch water line and all appurtenances 2. Approx. 2,500 LF of 8-inch sanitary sewer and all appurtenances 3. Approx. 2,500 LF of 24-inch through 42-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: 6981-00.

A cashier’s check or bid bond in the amount of 5% of the total bid amount must accompany 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.

26

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 Harris County Municipal Utility District No. 449 at the office of the Engineer for the District, EHRA, 10011 Meadowglen Lane Drive, Houston, Texas 77042, and electronic bids delivered via the CivCast website, until 3:00 p.m., Wednesday, March 25, 2020, at which time all bids will be publicly opened and read for the construction of the project:

HARRIS COUNTY MUNICIPAL UTILITY DISTRICT NO. 449WATER DISTRIBUTION, WASTEWATER COLLECTION

AND STORM WATER FACILITIES TO SERVEVENTANA LAKES EAST, SECTION SIX

Project No. 171-065-06 DST (J)

A non-mandatory Pre-Bid Conference will be held on Wednesday, March 18, 2020 at 3:00 p.m. at the office of the Engineer for the District, EHRA, 10011 Meadowglen Lane, Houston, Texas.

Project scope shall include the installation of approximately 3,675 LF of 8”-12” PVC waterline, 3,506 LF of 8”-10” PVC gravity sanitary sewer and 1,053 LF of 24” RCP storm sewer.

The above described construction will be performed in accordance with plans and specifications 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 advantageous to it and waive informalities in bidding. All bids received after the closing time above designated will be returned unopened.

30

NOTICE TO CREDITORS3-REV

NOTICE TO CREDITORSNO. 470491

NOTICE OF APPOINTMENT Notice is hereby given that Original Let-ters Testamentary for the Estate of JERRY THOMAS BURK, Deceased, were issued on February 25, 2020 in Cause No. 470491 pending in the Probate Court No. 2 of Harris County, Texas to:

LOUISA BURK, Independent Executrix

All claims against the Estate of JERRY THOMAS BURK, Deceased, should be pre-sented to: Michael A. Orlando Jr., Attorney at Law, 13201 Northwest Fwy., Suite 119, Houston, Texas 77043. 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 26th day of February, 2020. Meyer Orlando LLC /s/ Michael A. Orlando Jr., Attorney for the Estate.

10-REV

NOTICE TO CREDITORSNO. PR-0080261

NOTICE OF APPOINTMENT Notice is hereby given that Original Letters of Administration for the Estate of BARBARA A. KRIDER, Deceased, were issued on Feb-ruary 27, 2020 in Cause No. PR-0080261 pending in the Probate Court of Galveston County, Texas to:

VALARIE M. ZIMMERMAN, Independent Executrix

All claims against the Estate of BARBARA A. KRIDER, Deceased, should be presented to: George D. Martin, Attorney at Law, 1100 Rosenberg, Galveston, Texas 77550. All per-sons having claims against this Estate which is currently being administered are required to present them within the time and man-ner prescribed by law. DATED this 4th day of March, 2020. Martin, Garza & Fisher, L.L.P. /s/ George D. Martin, Attorney for the Estate.

18

NOTICE TO CREDITORSNO. 482227

NOTICE OF APPOINTMENTNotice is hereby given that Original Letters of Testamentary for the Estate of VICTORIA ELENA HERNANDEZ, Deceased, were issued on February 25, 2020 in Cause No. 482227 pending in the Probate Court No. 4 of Harris County, Texas to:

OSCAR FAUSTO HERNANDEZ GILIndependent Executor

All claims against the Estate of VICTORIA ELENA HERNANDEZ, Deceased, should be presented to: Michael P. Jensen, Attorney at Law, 10001 Woodloch Forest Drive, Suite 300, The Woodlands, Texas 77380. All per-sons having claims against this Estate which is currently being administered are required to present them within the time and man-ner prescribed by law. DATED this 4th day of March, 2020. Steptoe & Johnson PLLC /s/ Michael P. Jensen, Attorney for the Estate.

27

NOTICE TO CREDITORSNO. PR-0080265

NOTICE OF APPOINTMENT Notice is hereby given that Original Letters of Testamentary for the Estate of DAN-IEL CORDERO, Deceased, were issued on February 22, 2020 in Cause No. PR-0080265pending in the Probate Court of Galveston County, Texas to:

THOMAS CORDERO AND KRIS SNAIDAUF

Independent Co-ExecutorsAll claims against the Estate of DANIEL CORDERO, Deceased, should be presented to: James W. Woltz, Attorney at Law, 907 S. Friendswood Dr., Friendswood, Texas 77546. All persons having claims against this Estate which is currently being administered are re-quired to present them within the time and manner prescribed by law. DATED this 4th day of March, 2020. /s/ James W. Woltz, At-torney for the Estate.

FOR CUSTOM QUOTE, CONTACT:Lenora Black at 713.395.9625 or [email protected]

REACH YOUR TARGET AUDIENCE WITH THE HOUSTON BUSINESS JOURNAL’S LEGAL PAGES

Serving the Houston legal community and surrounding areas for over 46 years

HAS YOUR LEGAL

NOTICES COVERED

HARRIS

MONTGOMERY

LIBERTY

CHAMBERS

GALVESTON

BRAZORIA

FORT BEND

WALLER

www.bizjournals.com/houston/promo/hbjclassifieds

• Notice To Creditors• Public Bid Notices• Hearing Notice

• TABC Liquor Notice• Storage Notices• Requests for Proposal

• City of Houston City Ordinance• Civil Suits• Adoption, Divorce, CPS (Harris Co.)

PUBLIC NOTICES

Ads will be accepted up to 3:00 P.M. every Wednesday. Ads publish every Friday in print and remain available online for one week on the HBJ website.

AD DEADLINES

Harris, Galveston, Brazoria, Liberty, Waller, Chambers, Montgomery, Fort Bend, Austin and San Jacinto

HBJ REACHES 10 COUNTIES

• Quick turn-around times – efficient processing• Tear sheets and affidavits – no additional charge

• One point of contact• Exceptional customer service

$BENEFITS TO CUSTOMERS

PRINT DIGITALSOCIAL EVENTS