THE HOUSTON AREA YOUR DISTINCTIVE PROPERTIES ADVERTISEMENT COULD BE HERE!

Like dokumenter
Our audience is distinctive.

LEGALS CLASSIFIEDS SOMEWHERE ELSE? FOR THE BEST SERVICE, PRICING & AUDIENCE CONTACT LENORA BLACK AT OR CALL

THE HOUSTON AREA WHY PAY MORE FOR LEGALS & CLASSIFIEDS SOMEWHERE ELSE?

HIRING? Get Results. We deliver results. Post your job with us today. PRIVATE LOANS. Showcase your Business in the Business Marketplace!

THE HOUSTON AREA CLASSIFIEDS OUR WEEKLY AUDIENCE IS READY TO VIEW YOUR JOB OPENING!

Helping you find what you need for your business.

Helping you find what you need for your business.

Your home. Our expertise.

THE HOUSTON AREA SECLUDED CUSTOM COUNTRY HOME ON ALMOST 4.5 ACRES IN RICHMOND 4007 PECAN BEND DRIVE, RICHMOND, TX $1,199,000

THE HOUSTON AREA ONLINE AUCTION BIDDING OPENS BIDDING CLOSES

REAL ESTATE BRIDGE LOANS. Equity Secured Capital Texas Direct Private Lender Close in 7 Days Only 1% Fee.

At your door and at your service... The Houston Business Journal Gives You Access to Some of Houston s Most Affluent Home Owners.

REAL ESTATE PRIVATE LOANS. Equity Secured Capital. Texas Direct Private Lender Close in 7 Days Only 1% Fee.

78K+ 79% Accounting. Finance. Sales. Marketing. Operations. Technology. FOR MORE INFO: CALL LENORA BLACK

Helping you find what you need for your business.

THE HOUSTON AREA. FRANK HILLBOLT REALTOR Associate / Co-Owner

34 Average years reader's firm has been in business. 58% Are owners or partners in their companies

Readers Each Week. of subscribers hold top and middle management positions. Q1 2012

Monitoring water sources.

Helping you find what you need for your business.

Your home. Our expertise.

78K+ 79% Accounting. Finance. Sales. Marketing. Operations. Technology. FOR MORE INFO: CALL LENORA BLACK

Your home. Our expertise.

REAL ESTATE AUCTION ONLINE AUCTION: OCTOBER DEVELOPMENT PARCELS. KATY, TX (28000 Block Katy Freeway) SPLENDORA, TX (Hill and Dale Drive)

JOB POSTINGS. Connect With Our Audience. Get your job listings in front of the largest collection of professional candidates in Houston.

FirstEnergy s Ohio Utilities. Energy Efficiency Programs for Business

H o u s t o n a r e a

LEGALS CLASSIFIEDS. Your home. CLASSIFIEDS MARKETPLACE OUR WEEKLY AUDIENCE IS READY TO VIEW YOUR JOB OPENING! DISTINCTIVE PROPERTIES. Our expertise.

2018 ANNUAL SPONSORSHIP OPPORTUNITIES

SUPPLIER UPDATE. September 23, 2015

Liite 2 A. Sulautuvan Yhtiön nykyinen yhtiöjärjestys

SKYLINE COUNTRY LAND. $ $16.00 psf 1-4 acres LAND FOR SALE: HIGHLIGHTS AGENTS. 204 th & Main Street Elkhorn, Nebraska * * CERTIFIED *

SKYLINE COUNTRY LAND LAND FOR SALE: SKYLINE COUNTRY NORTH HIGHLIGHTS AGENTS. 204 th & Main Street Elkhorn, Nebraska. Highway 31 / 204 th Street

June 27, 2016 City of Marysville Public Works Transportation Improvement Program

Western Alaska CDQ Program. State of Alaska Department of Community & Economic Development

Slope-Intercept Formula

Materials relating to 2013 North Dakota legislative action concerning setbacks for oil and gas wells

English text is an office translation. In the case of discrepancies the Norwegian version shall prevail.

Smart High-Side Power Switch BTS730

NOTICE OF AN EXTRAORDINARY GENERAL MEETING IN AGRINOS AS INNKALLING TIL EKSTRAORDINÆR GENERALFORSAMLING I AGRINOS AS

INDIAN HILLS PROFESSIONAL BUILDING

Den europeiske byggenæringen blir digital. hva skjer i Europa? Steen Sunesen Oslo,

2 Valg av møteleder 2 Election of a Chairman of the Meeting

2A September 23, 2005 SPECIAL SECTION TO IN BUSINESS LAS VEGAS

Unit Relational Algebra 1 1. Relational Algebra 1. Unit 3.3

CITY OF OCEANSIDE JUNE 30, 2018 SINGLE AUDIT REPORT

Requirements regarding Safety, Health and the Working Environment (SHWE), and pay and working conditions

SUMMONS OF EXTRAORDINARY GENERAL MEETING

Elektronisk innlevering/electronic solution for submission:

INDIAN CREEK COMMERCIAL

Haakon VII s gt. 1, Oslo mandag 23. januar 2006 kl 10:00.

INSTRUKS FOR VALGKOMITEEN I AKASTOR ASA (Fastsatt på generalforsamling i Akastor ASA (tidligere Aker Solutions ASA) 6. mai 2011)

HIGHPOINT LOT 3. $ $15.95 psf NNN 1,780-11,943 SF COMMERCIAL FOR LEASE N 203rd St. Elkhorn, Nebraska * * CERTIFIED *

Filipstad Brygge 1, 8. etg, Oslo. 14. oktober 2005 kl 12:00

INNKALLING TIL ORDINÆR GENERALFORSAMLING I ICE GROUP AS Notice of ordinary general meeting in ICE Group AS

12325 EMMET STREET. $2,041, ($ psf) 17,754 SF OFFICE FOR SALE Emmet Street Omaha, Nebraska * * CERTIFIED *

And So Are The Leads It Generates

INNKALLING TIL ORDINÆR GENERALFORSAMLING I TELIO HOLDING ASA NOTICE OF ANNUAL SHAREHOLDERS MEETING IN TELIO HOLDING ASA

Prosjektet Digital kontaktinformasjon og fullmakter for virksomheter Digital contact information and mandates for entities

THE HOUSTON AREA 2755 KOETHER RD CARMINE, TEXAS

SRP s 4th Nordic Awards Methodology 2018

17. desember 2015 kl December 2015 at (CET) 4. FORSLAG OM ENDRING AV VEDTEKTENE 5 4 PROPOSAL FOR CHANGE OF ARTICLES OF ASSOCIATIONS 5

Skjema for spørsmål og svar angående: Skuddbeskyttende skjold Saksnr TED: 2014/S

Nåværende EU-rett Dir 96/3/EC

Ny personvernlovgivning er på vei

ORG NR ORG NO INNKALLING TIL EKSTRAORDINÆR GENERALFORSAMLING I NOTICE OF EXTRAORDINARY GENERAL MEETING OF

APPLEWOOD PLAZA $2,595, ,100 SF COMMERCIAL FOR SALE Q Street Omaha, Nebraska * * CERTIFIED *

HVILKE ENDRINGER KAN BRANSJEN FORVENTE SEG FREMOVER SETT FRA ET BRUKERPERSPEKTIV CHRISTIAN HEIBERG, EXECUTIVE DIRECTOR CBRE AS NORSK EIENDOM

TJENESTEAVTALER FOR OFFENTLIG DOKUMENTASJONSFORVALTNING

Vedlegg 4 Forslag til reviderte vedtekter

(Notification of attendance Proxy documents: English version follows below)

Software applications developed for the maritime service at the Danish Meteorological Institute

Du kan bruke det vedlagte skjemaet Egenerklæring skattemessig bosted 2012 når du søker om frikort.

The regulation requires that everyone at NTNU shall have fire drills and fire prevention courses.

Søker du ikke om nytt frikort, vil du bli trukket 15 prosent av din pensjonsutbetaling fra og med januar 2014.

Dagens tema: Eksempel Klisjéer (mønstre) Tommelfingerregler

Til aksjonærene i Master Marine AS. To the shareholders of Master Marine AS. INNKALLING TIL GENERAL-FORSAMLING I MASTER MARINE AS ( Selskapet )

1 VALG AV MØTELEDER 1 ELECTION OF A CHAIRMAN OF THE MEETING 4 STYREVALG 4 ELECTION TO THE BOARD OF DIRECTORS *** ***

HONSEL process monitoring

Residency at Arts Printing House for Performing Artists

PETROLEUMSPRISRÅDET. NORM PRICE FOR ALVHEIM AND NORNE CRUDE OIL PRODUCED ON THE NORWEGIAN CONTINENTAL SHELF 1st QUARTER 2016

Windlass Control Panel

1006 N 20TH STREET. $3.85 psf NNN 6,186-17,913 SF INDUSTRIAL FOR LEASE N 20th Street Omaha, Nebraska * * CERTIFIED *

Information search for the research protocol in IIC/IID

1 VALG AV MØTELEDER 1 ELECTION OF A PERSON TO CHAIR THE MEETING 2 GODKJENNELSE AV INNKALLING OG DAGSORDEN 2 APPROVAL OF THE NOTICE AND THE AGENDA

Søker du ikke om nytt frikort/skattekort, vil du bli trukket 15 prosent av utbetalingen av pensjon eller uføreytelse fra og med januar 2016.

WR Entertainment Notice of Extraordinary General Meeting.

ORG NR ORG NO INNKALLING TIL EKSTRAORDINÆR GENERALFORSAMLING I NOTICE OF EXTRAORDINARY GENERAL MEETING OF

Product Change Notice

C13 Kokstad. Svar på spørsmål til kvalifikasjonsfasen. Answers to question in the pre-qualification phase For English: See page 4 and forward

Passenger Terminal World Expo 2011 Copenhagen, Denmark. Steven B. Cornell Assoc. Vice President

Juridiske aspekter ved publisering i åpne institusjonelle arkiv

REAL ESTATE BRIDGE LOANS. Equity Secured Capital Texas Direct Private Lender Close in 7 Days Only 1% Fee.

Hvordan komme i kontakt med de store

2 Valg av møteleder 2 Election of a Chairman of the Meeting

DNB Health Care. Helsesektoren En investors drøm. September Knut Bakkemyr (Forvalter, DNB Health Care)

43.2 Acres OXBOW WAY LAND. $2,795, Acres. Schram Road. S 156 th St. INDUSTRIAL FOR SALE. 150th & Schram Papillion, Nebraska * * CERTIFIED *

Improving Customer Relationships

INNKALLING TIL EKSTRAORDINÆR GENERALFORSAMLING

Little Mountain Housing

Transkript:

40 HOUSTON BUSINESS JOURNAL SEPTEMBER 20-26, 2019 AND ADVERTISEMENTS THE HOUSTON AREA MARKETPLACE DISTINCTIVE PROPERTIES YOUR DISTINCTIVE PROPERTIES ADVERTISEMENT COULD BE HERE! DISPLAY YOUR PROPERTY LISTINGS HERE FOR ALL OF HBJ'S 42,586 WEEKLY READERS TO SEE! To Advertise with us, contact Rob Cravaritis - Head of Sales at: 713-395-9618 RCravaritis@bizjournals.com PAISLEY STREET, MEYERLAND New construction on desirable corner lot. Convenient commute to all points Houston. Master down, gourmet kitchen, wine vault, media & game rooms, study, 3-car garage, outdoor kitchen. Call today for a tour! BELINDA B. SCHMIDT Top Producer Society of Distinction Member 713.417.1177 belindas@johndaugherty.com JOHNDAUGHERTY.COM RUN IN A CLASSIFIEDS PAID CIRCULATION PUBLICATION! FOR THE BEST SERVICE, PRICING & AUDIENCE CONTACT LENORA BLACK at Lblack@bizjournals.com or call 713-395-9625 www.bizjournals.com/houston/promo/hbjclassifieds OUR WEEKLY AUDIENCE IS READY TO VIEW YOUR JOB OPENING! TO ADVERTISE, CONTACT: LENORA BLACK 713-395-9625 LBlack@bizjournals.com ADVERTISE HERE 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 LBlack@bizjournals.com.

SEPTEMBER 20-26, 2019 HOUSTON BUSINESS JOURNAL 41 Sealed Bids, in duplicate, addressed to Harris County Municipal Utility District No. 189 will be received at the office of Van De Wiele & Vogler, Inc., 2925 Briarpark Drive, Suite 275, Houston, Texas 77042, until 10:00 a.m. (Local Time), Friday September 27, 2019 and then publicly opened and read for: South Clarifier Equipment Replace for Wastewater Treatment Facility Within Harris County Municipal Utility District No. 189 Harris County, Texas VDW&V Project No.: 07900-501-12-STP A MANDATORY pre-bid conference will be held on Tuesday, September 24, 2019 at 2:00 p.m. Local Time, at the office of Van De Wiele & Vogler, Inc. 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. guarantee that the successful bidder will enter into the Contract and execute the Bonds on the forms provided, and provide the required insurance certificates within seven (7) days after the date Contract Documents are received by the Contractor. Copies of the bidding documents are on file at the following locations: 07900-501-12-STP. 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. SPRING INDEPENDENT SCHOOL DISTRICT SPRING INDEPENDENT SCHOOL DISTRICT is soliciting request for proposal for RFP# 20-005 Group Travel Services and RFP# 20-006 Fire Sprinklers Inspections, Parts, and Services until 2:00 p.m. (CST) Friday, September 27, 2019. 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. Sealed Bids, in duplicate, addressed to Brownstone Construction, Ltd, Attention Doak D. Brown, Vice President, will be received at the office of the Design Engineer, J.A. Costanza & Associates Engineering, Inc., 4301 Center Street, Deer Park, Texas 77536, until 10:00 a.m. Local Time, Tuesday, October 1, 2019, and then publicly opened and read for Hawthorne at LaPorte Apartment Fill Plan & Outfall Ditch to serve 1831 W. Hwy146 & 1899 S. Hwy 146, Harris County, Texas Scope of Work of the Contract includes the following: Install storm drainage conduit by way of open cut trench and bore. Dig detention pond / outfall ditch, relocating on site to grade, and related improvements. Bids received after the closing time will be returned unopened. A NON-MANDATORY pre-bid conference will be held on Wednesday, September 25, 2019, at 10:00 a.m. Local Time, at the office of the Design Engineer. Each Bid must be accompanied by a Bid Bond or a certified or cashier s check, acceptable to the Owner, in an amount not less than five percent (5%) of the total amount Bid, as a guarantee that the successful bidder will enter into the Contract and execute the Bonds on the forms provided, and provide the required insurance certificates within seven (7) days after the date Contract Documents are received by the Contractor. Copies of the bidding documents are on file at the office of the Design Engineer and are provided to Construct Connect, AGC of Houston, and Amtek for contractor review. Bidding documents may be examined and/ or obtained at the offices of the Design Engineer by prospective bidders or suppliers upon payment of Fifty Dollars ($50.00) non-refundable cost, for each set of 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 Owner s judgment will be most advantageous to the Owner and result in the best and most economical completion of the Project. Bid Notice The Klein Independent School District is accepting electronic bids for CTE Manufacturing and Shop Equipment Bid #20-216 on October 2, 2019 in Room 207 of the Central Office Building. Purchasing Specifications, 832.249.4683. SAGEMEADOW UTILITY DISTRICT will receive bids for construction of 2019 SANITARY SEWER CLEANING AND TELEVISING TO SERVE SAGEMEADOW UTILITY DISTRICT, Project No. 0649-003-05, 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 cleaning and televising of sanitary sewer mains and laterals. Pre-bid conference will be held on Friday, September 20, 2019 at 10:00 a.m. Local Time at the office of the ENGINEER, and bids will be publicly opened and read on Friday, September 27, 2019 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. Sagemeadow UD 2019 Sanitary Sewer Cleaning and Televising. 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. SAGEMEADOW UTILITY DISTRICT REQUEST FOR COMPETITIVE SEALED PROPOSALS The San Jacinto River Authority (SJRA) will receive Request for Competitive Sealed Proposals for the following Woodlands Division Project: Project Number: RFCSP #19-0050 Project Name: Rehabilitation of Bear Branch Gravity Main @ The Woodlands Project Description: Construction Services Pre-Submittal Conference: September 24, 2019, 01:00 PM (CST) @ Woodlands (Mandatory) Division, 2436 Sawdust Road, Woodlands, TX 77380 Solicitation Due Date: October 17, 2019, 02:00 PM (CST) Request for Competitive Sealed Proposals (RFCSP) solicits information and pricing which will enable SJRA to determine the best valued contractor, in accordance with the provisions of Chapter 49 of the Texas Water Code, and Texas Government Code 2269. SJRA reserves the right to reject or accept any proposal and award to the most advantageous proposal received. Local, minority, and small contractors are encouraged to apply. A contract award is contingent upon release of funds from the Texas Water Development Board (TWDB), and compliance with all program requirements. Sealed Responses will be received at: Elton D. Brock, MBA, CTPM, CTCM, CPSM, C.P.M. Purchasing Manager San Jacinto River Authority General and Administration Building Purchasing Department 1577 Dam Site Road Conroe, TX 77304 All responses shall be received prior to 02:00 P.M. (CST), Thursday, October 17, 2019. All responses received after that time will be rejected. COPIES OF SOLICITATION DOCUMENTS Solicitation Documents may be downloaded from the Owners website at www.sjra.net without charge. The SJRA reserves the right to reject any or all submissions and to waive informalities and irregularities. REQUEST FOR COMPETITIVE SEALED PROPOSALS The Houston Parks Board LGC (HPBLGC) is issuing Request for Competitive Sealed Proposals (RFCSP) for a construction contract in accordance with the terms set forth in this Request for Competitive Sealed Proposals, pursuant to Texas Local Government Code. Houston Parks Board LGC is located at 300 N. Post Oak Lane Houston, TX 77024. Project Name: Greens Bayou Greenway Segment GR01B Normandy to Thomas Bell Foster Park Submittal Due Date: Wednesday October 9, 2019 at 11:00 AM local time Project Location: Along Greens Bayou from Normandy to Thomas Bell Foster Park Contact Person: Danny Zirilli, Houston Parks Board, (713) 942-8500 ext. 46 Estimated Construction Budget: Under $800,000 The work includes but is not limited to: Grading and Drainage, Concrete Multi Use Pedestrian Trail, Parking Lot Improvements, Kayak Launch, Stormwater Culverts, Mid-block Street Crossing, Site Furniture, Landscaping and Maintenance. A non-mandatory Pre-Bid Conference will be held in the office of Houston Parks Board LGC in the Annex Building, 300 N Post Oak Lane, Houston, Texas 77024 on Wednesday September 25, 2019 at 10:00 AM. Attendance is strongly recommended. A site walk will be held immediately following. Competitive Sealed Proposals addressed to Houston Parks Board LGC will be received at the office of Houston Parks Board LGC in the Annex Building, 300 N Post Oak Lane, Houston, Texas 77024 until 11:00 AM Wednesday October 9, 2019. Proposals received after that time will not be accepted. Proposals will be publicly opened and read that same day at 11:00 AM. All interested parties are invited to attend. Plans, specifications, and bid documents are available for download at www.civcastusa.com. Bid package will be available Friday September 13, 2019. Addenda will be posted there as required. The project may contain City of Houston Standard Specifications and Harris County Flood Control District Specifications 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 www.publicworks.cityofhouston.gov/documents and the Harris County Flood Control District website www.hcfcd.org. Proposers shall comply with City of Houston Ordinance 2009-0280 relating to city-wide percentage goals for contracting with Minority-owned Business Enterprises (MWSBE) as indicated in the project manual. A cashier s check or Bid Bond in the amount of 10% of the total bid amount must accompany each bid. The successful bidder will be required to provide a performance bond and payment bond as provided for in the bid documents, for the full amount of the contract. The Owner reserves the right to No bid may be withdrawn until the expiration of 60 days from the date bids are opened. Sealed Bids, in duplicate, addressed to ASVRF Lovett Hardy Owner, LP for Greens Parkway MUD, will be received at the office of Kimley-Horn and Associates Inc., 11700 Katy Freeway, Suite 800 Houston, TX 77079, until 10:00 AM Local Time, Thursday, October 3, 2019 and then publicly opened and read for furnishing all plant, labor, material, and equipment and performing all work required for the construction of: Fairway North Logistic Park, Harris County, Texas Detention and Amenity Ponds, 6 Force Main, 12 Waterline Extension, 8 Sanitary Sewer, and Rehabilitation of existing 8 Sanitary Sewer Scope of Work includes: 1. Approx. 199,126 CY Detention Pond Excavation 2. Approx. 2,084 LF of RCB storm sewer pipe and all appurtenances 3. Approx. 5,560 LF of 12-inch water line and all appurtenances 4. Approx. 320 LF of 8-inch sanitary sewer and all appurtenances 5. Approx. 4,243 LF of 6-inch sanitary sewer force main and all appurtenances 6. Approx. 1,606 LF of 8-inch sanitary sewer pipe burst to 10-inch and all appurtenances A MANDATORY PRE-BID is scheduled to be conducted at the office of Kimley-Horn and Associates Inc., on Thursday, September 26, 2019 at 10:00 A.M. Local Time. Plans, specifications and bid documents are available at www.civcastusa.com, search: 069225621. to the Owner, in an amount not less than five percent (5%) of the total amount 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 Bids received after the closing time will be returned unopened. HUNTER S GLEN MUNICIPAL UTILITY DISTRICT will receive bids for construction of WASTEWATER TREATMENT PLANT LAB BUILDING TO SERVE HUNTER S GLEN MUNICIPAL UTILITY DISTRICT, Project No. 0600-119-02, Contract No. 2; HARRIS COUNTY, Texas at the office of the ENGINEER (IDS Engineering Group, 13430 Northwest Freeway, Suite 700, Houston, Texas 77040). The project includes the construction of a lab building and appurtenances for a wastewater treatment plant. A Pre-bid conference will be held on Friday, September 20, 2019 at 10:30 a.m. Local Time at the office of the ENGINEER, and bids will be publicly opened and read on Friday, September 27, 2019 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. Hunter s Glen MUD WWTP Lab Building. 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. HUNTER S GLEN MUNICIPAL UTILITY DISTRICT Sealed Bids, in duplicate, addressed to WILLOW CREEK FARMS MUNICIPAL UTILITY DISTRICT, Attention Board of Directors, will be received at the office of IDS ENGINEERING GROUP, 13430 Northwest Freeway, Suite 700, Houston, Texas 77040, until Friday, September 27, 2019 at 10:00 a.m. Local Time, and then publicly opened and read for WATER PLANT NO. 1 GROUND STORAGE TANK NO. 1 REHABILITATION, Project No. 1644-003-03, Contract No. 1, Waller County, Texas Scope of Work of the Contract includes the following: rehabilitation of 0.22 MG welded steel ground storage tank, including blasting and coating, replacement of double gooseneck vent, and addition of cathodic protection. A pre-bid conference will be held on Friday, September 20, 2019 at 11:00 a.m. Local Time, at the office of office of the ENGINEER. The pre-bid conference is not mandatory. guarantee that the successful bidder will enter into the Contract and execute the Bonds on the forms provided, and provide the required insurance certificates within seven (7) days after the date Contract Documents are received by the Contractor. Copies of the bidding documents are on file and available for review at the office of the Engineer. Willow Creek Farms MUD GST No. 1 Rehab. 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. WILLOW CREEK FARMS MUNICIPAL UTILITY DISTRICT Sealed bids, in duplicate, addressed to Board of Directors, Harris County Municipal Utility District No. 358, will be received in the office of BGE, Inc., 10777 Westheimer, Suite 400; Houston, Texas, 77042 (Phone: 281-558-8700) until 10:00 AM, Friday, September 27, 2019, 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 Wastewater Treatment Plant Generator Addition for Harris County MUD No. 358, Harris County, Texas, Furnish and install a 750 KW Natural Gas Generator including foundation with sound attenuating enclosure, fabricated access platform, automatic transfer switch (ATS), and necessary electrical components and appurtenances for a complete emergency electrical power system for a Wastewater Treatment Plant. A non-mandatory pre-bid conference will be held in the office of BGE, Inc. on Monday, September 23, 2019 at 2:00 PM. Plans, specifications and bid documents are available at www.civcastusa.com, search: 2592-04. Request for Proposals (RFPs) for Bookkeeping Professionals for the Reinvestment Zone Number Twenty-Seven, City of Houston, Texas (Montrose Zone) The Board of Directors of Reinvestment Zone Number Twenty-Seven, City of Houston, Texas (Montrose Zone) is seeking RFPs from qualified bookkeeping professionals. The Request for RFPs may be electronically accessed at the following website links: the City of Houston Mayor s Office of Economic Development: https://www.houstontx.gov/ecodev/ tirzdocs/27/rfp-tirz27-bookkeeping-services.pdf and the Montrose Zone s website: https://montrosehtx.org/our-mission/ Proposal submittals are due October 4, 2019, no later than 3:00 P.M. CST.

42 HOUSTON BUSINESS JOURNAL SEPTEMBER 20-26, 2019 NOTICE OF REQUEST FOR PROPOSALS HARRIS COUNTY EMERGENCY SERVICES DISTRICT No. 50 CHANNELVIEW FIRE STATION 3 TRAINING FACILITY Competitive Sealed Proposals ( Proposals ) will be received from qualified proposers until 2:00 p.m. Thursday, October 3, 2019 by the Architect for Harris County Emergency Services District No. 50 (HCESD 50), and then publicly opened and read aloud in the Training Room of HCESD 50 Administration Building located at 1210 Dell Dale St. Channelview, Texas at that time and on that date for the proposed Channelview Fire Station 3 Training Facility to be constructed at 1210 Dell Dale St. Channelview, Texas. A digital copy of the Contract documents, specifications, and all necessary information may be obtained from the office of the Architect, Slattery Tackett Architects, LLP, at 730 North Post Oak Road, Suite 200, Houston, Texas 77024, (713) 521-0591. ONLY FIRMS OBTAINING DIGITAL DOCUMENTS IN THE MANNER NOTED ABOVE WILL BE REGISTERED TO AUTOMATICALLY RECEIVE ADDENDA AND OTHER PRE-BID INFORMATION THAT MAY BE ISSUED. Digital information will be available beginning Monday, September 16, 2019. The estimated construction budget for the project is $875,000. A bid guarantee in the form of a bidder s bond, certified check, or a cashier s check made out to Harris County Emergency Services District No. 50 in an amount equal to ten percent (10%) of the greatest amount proposed must accompany each proposal. PROPOSALS THAT DO NOT HAVE THE ACCOMPANYING BID GUARANTEE WILL BE RETURNED TO THE PROPOSER. Bonds are required for this project. The successful proposer shall be required to obtain performance and payment bonds as stipulated in the Proposal and Contracting Requirements. In addition to the required performance and payment bonds, the bid guarantee, in one of the forms mentioned above, is required for a proposal to be considered. After receiving all Proposals, the District will evaluate and rank each Proposal submitted based on the Selection Criteria outlined in the Proposal and Contracting Requirements. The HCESD 50 Board reserves the right to reject any or all proposals or to waive any informalities incidental thereto. It is the intent of HCESD 50 to award a contract to the lowest responsible offeror which provides the best value to the Owner, provided the Proposal has been submitted in accordance with the requirements of the proposal documents and does not exceed the funds available. In determining best value, Proposals will be evaluated based on the selection criteria as further referenced in the proposal documents. The selection criteria and ranking includes analysis of the quality of the proposer s work (10 points); reputation with change orders (10 points); responsiveness to warranty issues (10 points); client satisfaction (10 points); length of time in business (10 points); experience constructing similar facilities (10 points); experience of proposer s team (20 points); experience with HCESD 2, 6, 12, 50, or 60 (20 points); and proposal amount. A Pre-proposal Conference will be held at 10:00 a.m., on Tuesday, September 24, 2019 at the Training Room of HCESD 50 Administration Building located at 1210 Dell Dale St. Channelview, Texas. Prospective proposers are encouraged to attend the pre-bid conference. All Proposers shall comply with the requirements and terms of the Texas Government Code Chapter 2258 (Prevailing Wage Rates). No Proposal may be withdrawn for a period of 60 days after the public opening. Mr. Jim E. Owens Advertise Proposal Dates: President, Board of Commissioners September 13, 2019 Harris County E.S.D. 50 September 20, 2019 Sealed bids, in duplicate will be received by Westside Ventures, Ltd. on behalf of Harris County Municipal Utility District No. 64 at the office of the Engineer for the District, EHRA, 10555 Westoffice Drive, Houston, Texas until 2:30 p.m., Tuesday, October 8, 2019, at which time all bids will be publicly opened and read for the construction of the project: HARRIS COUNTY MUNICIPAL UTILITY DISTRICT NO. 64 LIFT STATION NO. 1 AND 6-INCH FORCE MAIN TO SERVE SHOPPES AT FRANZ ROAD 181-031-00 DEV (K) A mandatory Pre-Bid Conference will be held on Tuesday, October 1, 2019, at 2:30 p.m. at the office of the Engineer for the District, EHRA, 10555 Westoffice Drive, Houston, Texas. Project scope shall include construction of duplex lift station, including 8 wet well, all piping, valves and fittings; approximately 320 LF of 6 PVC sanitary sewer force main; electrical controls and all associated electrical and site work.. 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. All interested parties are encouraged to attend any scheduled pre-bid and/or preproposal 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. 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, Public Level, at 11:00 A. M. Bids Due October 17, 2019 Concrete Culverts and High-Density Materials for Houston Public Works Strategic Procurement Division S64-S29051 0% MWBE Goal Pre-Bid Conference will be September 24, 2019 at 11:00 A.M., at 611 Walker St, 11th Floor Conference Room #1148, Houston, Texas 77002. Interested parties may contact Mary Smith at 832-393-8719 or email mary.smith@houstontx.gov. Sealed bids addressed to Bridgeland Development, LP on behalf of Harris County Water Control & Improvement District No. 158, will be received in the office of Bridgeland Development, LP, 23720 House Hahl Road, Cypress, Texas 77433 until 3:00 p.m. on Thursday, October 3, 2019 at which time all bids will be opened and publicly read for the furnishing of all material, equipment, labor and supervision necessary or incidental to the Construction of Bridgeland Upper Cypress Creek Floodplain Mitigation Excavation and Spoil Disposal Phase 1. 1. Approx. 350 acres of light clearing and grubbing 2. Approx. 40 acres of heaving clearing and grubbing 3. Approx. 550 LF of 24-inch CMP pipe 4. Approx. 2,410,000 CY of excavation and onsite spoil disposal A MANDATORY pre-bid conference will be held in the office of Bridgeland Development, LP, 23720 House Hahl Road, Cypress, Texas 77433 on Thursday, September 26, 2019, at 3:00 p.m. Plans, specifications and bid documents are available at www.civcastusa.com; search 5511-00. accompany each bid. The successful bidder will be required to provide a performance bond, a payment bond and a maintenance bond as provided for in the bid documents, for the full amount of the contract. The Owner reserves the right to DEPARTMENT OF HOMELAND SECURITY FEDERAL EMERGENCY MANAGEMENT AGENCY Proposed Flood Hazard Determinations for Unincorporated Areas of Harris and Montgomery Counties, Texas, Case No. 19-06-0834P. The Department of Homeland Security s Federal Emergency Management Agency (FEMA) solicits technical information or comments on proposed flood hazard determinations for the Flood Insurance Rate Map (FIRM), and where applicable, the Flood Insurance Study (FIS) report for your community. These flood hazard determinations may include the addition or modification of Base Flood Elevations, base flood depths, Special Flood Hazard Area boundaries or zone designations, or the regulatory floodway. The FIRM and, if applicable, the FIS report have been revised to reflect these flood hazard determinations through issuance of a Letter of Map Revision (LOMR), in accordance with Title 44, Part 65 of the Code of Federal Regulations. These determinations are the basis for the floodplain management measures that your community is required to adopt or show evidence of having in effect to qualify or remain qualified for participation in the National Flood Insurance Program. For more information on the proposed flood hazard determinations and information on the statutory 90-day period provided for appeals, please visit FEMA s website at www.fema.gov/plan/prevent/fhm/bfe, or call the FEMA Map Information exchange (FMIX) toll free at 1-877-FEMA MAP (1-877-336-2627). Sealed bids, in duplicate, addressed to Board of Directors, Harris County Municipal Utility District No. 132, will be received in the office of BGE, Inc., 10777 Westheimer, Suite 400; Houston, Texas, 77042 (Phone: 281-558-8700) until 10:00 AM, Friday, October 4, 2019, 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 Waterline Replacement Phase 1 for Harris County MUD No. 132, Harris County, Texas, The contractor is to furnish and install approximately 15,000 linear feet of 8-inch PVC water line, 1,500 linear feet of 6-inch PVC water line and 400 linear feet of PVC water line, including all steel casing, as shown on drawings, fittings, valves, connections, fire hydrant assemblies and associated appurtenances. Construction shall be all trenchless. A non-mandatory pre-bid conference will be held in the office of BGE, Inc. on Monday, September 30, 2019 at 2:00 PM. Plans, specifications and bid documents are available at www.civcastusa.com, search: 5855-00. Request for Proposals (RFPs) for Professional Auditing Services for the Reinvestment Zone Number Twenty-Seven, City of Houston, Texas (Montrose Zone) The Board of Directors of Reinvestment Zone Number Twenty-Seven, City of Houston, Texas (Montrose Zone) is seeking RFPs for professional auditing services performed in accordance with generally accepted auditing standards. The Request for RFPs may be electronically accessed at the following website links: the City of Houston Mayor s Office of Economic Development: https://www.houstontx.gov/ecodev/ tirzdocs/27/rfp-tirz27-bookkeeping-services.pdf and the Montrose Zone s website: https://montrosehtx.org/our-mission/ Proposal submittals are due October 4, 2019, no later than 3:00 P.M. CST. Sealed bids in duplicate, addressed to Northwest Harris County Municipal Utility District No. 5 will be received at the office of Costello, Inc., 2107 CityWest Blvd., 3rd Floor, Houston, Texas 77042 until 10:00 a.m. local time, Friday, October 4, 2019 and then publicly opened and read for Water, Sewer and Drainage Improvements for Copper Ridge at Indian Trails Sections 2 & 3. A Non-Mandatory pre-bid conference will be held at the office of Costello, Inc. at 10:00 a.m. local time Friday September 27, 2019. Plans, specifications and bid documents may also be viewed and downloaded free of charge (with the option to purchase hard copies) at the CivCastUSA Website (www.civcastusa.com). Reproduction charges will apply according to CivCastUSA rates. Sealed proposals for the Installation of a Storm Sewer Trunk Line and Site Grading to Serve Traces Subdivision in Harris County M.U.D. No. 180 in Harris County, Texas, will be received at the office of Dannenbaum Engineering Corporation, 3100 W. Alabama Street, Houston, Texas 77098 (Tel. 713/520-9570) until 10:00 A.M., local time, TUESDAY, OCTOBER 8TH, 2019, and then publicly opened and read. A NON-MANDATORY PRE-BID CONFERENCE WILL BE HELD AT THE OFFICE OF DANNENBAUM ENGINEERING CORPORATION on WEDNESDAY, OCTOBER 2ND, 2019, 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. Sealed Bids, in duplicate, addressed to Fort Bend County Municipal Utility District No. 213, Attention: Charles Ted Lee, President, Board of Directors, 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., Local Time, Wednesday, October 10, 2019, and then publicly opened and read for Clearing & Grubbing to Serve Twinwood Parkway Phase 1B for Fort Bend County Municipal Utility District No. 213, Waller and Fort Bend Counties, Texas. Scope of Work of the Contract includes the following: Clearing and grubbing. A non-mandatory pre-bid conference will be held on Thursday, October 3, 2019, at 10:00 a.m. Local Time, at the office of the Engineer, LJA Engineering, Inc., 1904 West Grand Parkway North, Suite 120, Katy, Texas 77449. 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 ($50.00 non-refundable plus cost of delivery) ($25.00 for electronic copy) for each set of documents at LJA Engineering, Inc., 1904 West Grand Parkway North, Suite 120, Katy, Texas 77494 or at https://bids.lja.com. Bidders must register on this website to download bidding documents. Fort Bend County Municipal Utility District No. 213 CITY OF HOUSTON REINVESTMENT ZONE NO. 23/HARRISBURG REDEVELOPMENT AUTHORITY REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES Background: Tax Increment Reinvestment Zone No. 23 was created to act on behalf of the City of Houston to assist with the design and construction of public facility and infrastructure projects within the TIRZ boundaries including improvements and enhancements to streets and streetscape (including lighting, signage, landscaping and aesthetic improvements, and more), sidewalks, trails, water and sewer utilities, stormwater management, parks and recreation areas, community/cultural facilities, and other civic improvements. The TIRZ is situated in the East End area of Houston located generally southeast of downtown Houston, and generally bounded by SH 59, IH 45, Brays Bayou, 75th Street, and Buffalo Bayou with the exception of a small portion of the zone located north of Buffalo Bayou. The TIRZ is governed by a board of directors appointed by the City of Houston. More information about the TIRZ, including maps of the area and a brief existing conditions analysis of the area can be found at www.tirz23.org. Potential Scope of Work: The TIRZ will engage one firm to perform Professional Engineering Services for the planning, design and implementation of public infrastructure and improvements including, but not limited to streets and streetscape, sidewalks, trails, water and sewer utilities, stormwater management, parks and recreation areas, community/cultural facilities, and other civic improvements within the TIRZ boundaries. Submittal Requirements: If your firm is interested in submitting qualifications, please submit six (6) hard copies and one (1) electronic copy to Tony Allender at 9610 Long Point, Suite 150, Houston, TX 77055 no later than 10:00 AM on Friday October 11, 2019. Late submittals will not be accepted. Each firm is responsible for delivery of their submittal by the due date and time to the appropriate location. By submitting your response, it is understood and acknowledged that you have read and understood this RFQ and all its requirements. Please direct your questions to Tony Allender at 832.483.1853 or via email: tallender@haweshill.com. Submittal Instructions: Prepare a statement of qualifications with a cover letter that illustrates your firm s history and contact information, project manager and key personnel experience, representative projects with current photos of finished products, and references from public agencies. Please limit your response to fifteen (15) pages. Responses shall be delivered in a sealed envelope or container clearly marked with the RFQ information. All responses submitted shall become the property of the TIRZ. Selection Criteria: Firms submitting qualifications will be evaluated based on the following criteria: 30% Past experience with Public Agencies and Tax Increment Reinvestment Zones. 25% Firm s reputation and past experience in Professional Engineering Services. 20% Qualifications and experience of the Proposed Project Manager and team. 15% Firm s local resources and location of local office. 10% Firm reflects the multi-cultural diversity of the Houston Community. Award of Contract: The TIRZ reserves the right to choose the engineering firm whose submittal of qualifications to this solicitation will be most advantageous to its goals. The TIRZ further reserves the right to reject any or all submittals or qualifications and to waive informalities and minor irregularities in submittals received. Firms not selected may request a debriefing after the TIRZ board of directors has approved the selection of a successful engineer. Sealed bids, in duplicate, addressed to Board of Directors, Harris County Municipal Utility District No. 171, will be received in the office of BGE, Inc., 10777 Westheimer, Suite 400; Houston, Texas, 77042 (Phone: 281-558-8700) until 10:30 AM, Wednesday, October 9, 2019, 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 FM 529 at Elyson Blvd. (Set #2) for Harris County MUD No. 171, Harris County, Texas, Proposed Construction of a Right-Turn Lane and Roadway Tie-In on FM 529 at Elyson Boulevard with limits from Approx. 0.17 miles East of Elyson Blvd to the Elyson Blvd Intersection. The work consists of Asphalt Pavement Widening and Overlay, Installing Culvert Structure, and Signing and Pavement Markings. A MANDATORY pre-bid conference will be held in the office of BGE, Inc., Monday, September 30, 2019 at 3:00 PM. Attendance by each prospective bidder or its representative at the pre-bid conference is MANDATORY and no Bid will be opened unless the bidder or representative was present at the pre-bid conference. Plans, specifications and bid documents are available at www.civcastusa.com, search: 6012-00.

SEPTEMBER 20-26, 2019 HOUSTON BUSINESS JOURNAL 43 Sealed Bids, in duplicate, addressed to Harris County Improvement District No. 4, Attention: President, Board of Directors, Harris County Improvement District No. 4 will be received at the office of JONES CARTER, 6330 West Loop South, Suite 150, Bellaire, Texas 77401, until 10:00 a.m. Local Time, Friday, October 4, 2019 and then publicly opened and read for PARK ROW PHASE II AT LANGHAM CREEK SLOPE REPAIRS & MITIGATION for Harris County Improvement District No. 4, Harris, County, Texas. Scope of Work of the Contract includes the installation of the riprap or slope paving as shown on the set of construction drawings for PARK ROW PHASE II AT LANGHAM CREEK SLOPE REPAIRS & MITIGATION. Bids received after the closing time will be returned unopened. A pre-bid conference will be held on Monday, September 30, 2019, at 3:00 p.m. Local Time, at the office of JONES CARTER, 6330 West Loop South, Suite 150, Bellaire, Texas 77401. Attendance is not mandatory. 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 locations: Copies of the bidding documents may be obtained from [www.civcastusa.com: search PARK ROW Phase II. 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.] SECTION 04 HARRIS COUNTY IMPROVEMENT DISTRICT NO. 4 Sealed Bids, in duplicate, addressed to Generation Park Management District ( Owner ), will be received at the office of IDS Engineering Group, 13430 Northwest Freeway, Suite 700, Houston, Texas 77040, until 2:00 p.m. Local Time, Tuesday, October 8, 2019, and then publicly opened and read for Generation Park Management District Phase 3A WWTP Expansion (0.375 MGD) (GPMD - 0030). Scope of Work of the Contract includes site work for the installation of a package wastewater treatment plant expansion. A non-mandatory pre-bid conference will be held on Tuesday, October 1, 2019, at 10:00 a.m. Local Time, at the office of IDS Engineering Group, 13430 Northwest Freeway, Suite 700, Houston, Texas 77040. 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 greatest amount bid, including any and all alternates called for in the Bid Form, 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 may be obtained from www.civcastusa.com: search GPMD Phase 3A WWTP Expansion. 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. Copies of the bidding documents are also available for review at the office of the IDS Engineering Group. The successful bidder receiving the contract award must furnish Performance and Payment Bonds in the amount of one hundred percent (100%) each of the Total Contract price. Each such bond shall be executed by the corporate surety duly authorized to do business in the State of Texas. The Owner reserves the right to reject any or all Bids and to waive all defects and irregularities in a Bid not involving price, time or changes in the Work. The Successful Bidder, if any, will be the responsible Bidder which in the Owner s judgment will be most advantageous to the Owner and result in the best and most economical completion of the Project. Generation Park Management District Sealed bids, in duplicate will be received by Harris County Municipal Utility District No. 58 at the office of the Engineer for the District, EHRA, 10555 Westoffice Drive, Houston, Texas until 10:30 a.m., Wednesday, October 9, 2019, at which time all bids will be publicly opened and read for the construction of the project: HARRIS COUNTY MUNICIPAL UTILITY DISTRICT NO. 58 DECOMMISSIONING OF 0.25 MGD STEEL PACKAGE PLANT Project No. 72065-20-09 (H) A mandatory Pre-Bid Conference will be held on Wednesday, October 2, 2019, at 10:30 a.m., on-site, southeast of the intersection of Bammel Village Drive and Bammelwood Drive. Project scope shall include the demolition of a wastewater treatment plant; and site grading and restoration. Demolition includes asbestos abatement; removal of (5) steel tanks, all associated piping and appurtenances; (1) CMU building; a concrete access road and fencing. 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. 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., 1575 Sawdust Road, Suite 400, The Woodlands, Texas 77380, until 10:00 a.m. Local Time, October 4th, 2019, and then publicly opened and read for Construction of Water, Sanitary and Drainage Facilities in Balmoral Section 24 for Harris County Municipal Utility District No. 423, Harris County, Texas. Scope of Work of the Contract includes the Construction of Water, Sanitary and Drainage Facilities in Balmoral Section 24. Bids received after the closing time will not be opened and will be delivered to the Owner for its consideration. There will be no 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 7 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., 1575 Sawdust Road, Suite 400, The Woodlands, Texas 77380. 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. Harris County Municipal Utility District No. 423 ADVERTISEMENT FOR BIDS GULFGATE REDEVELOPMENT AUTHORITY/TIRZ 8 Project Name: Park Place Boulevard Roadway and Sidewalk Enhancements WBS No. N-T08001-0001-7 Bids Due: October 10, 2019 Sealed Bids in duplicate addressed to Gulfgate Redevelopment Authority/TIRZ 8 will be received at Lockwood, Andrews and Newnam, Inc. 2925 Briarpark Dr., Suite 400, Houston, Texas 77042, until 10:00 A.M., Thursday, October 10, 2019, and at that time read publicly, for the furnishing of all labor, materials, equipment, and performing all work required for the Park Place Boulevard Roadway and Sidewalk Enhancements. A cashier s check or bid bond in the amount of 10% of the total amount bid must accompany each bid. The successful bidder will be required to provide a performance and payment bond as provided in the contract documents for the full amount of the contract. The Park Place project generally involves the following improvements along Park Place Blvd from IH-45 frontage road to Galveston Road: Mill and overlay asphalt concrete roadway. Repair sections of roadway with asphaltic concrete full depth repair which includes asphaltic concrete, base and subgrade. Construction of 12-inches thick reinforced concrete pavement (TxDOT Fast Track) within TXDOT Right-of-Way (ROW). Construction of 6 to 7-inch thick TxDOT Fast Track reinforced concrete driveways. Removal and replacement of existing sidewalks with proposed sidewalks and wheelchair ramps ranging from 6 to 8-feet wide. Removal and relocation of existing bus concrete pads and replacement with large concrete bus pads at specified locations. Removal and replacement of existing monolithic curb and gutter. Removal and relocation of approximately one fire hydrant and a small section of existing water line. Partial or Full Replacement of existing storm sewer inlets, manholes and adjoining pipe. Adjustment of existing manhole frame and covers, inlets and water meter boxes and miscellaneous items. Installation of pull boxes and street lighting conduit. Installation of one pedestrian crossing signal (HAWK signal). Installation of new traffic signal at the intersection of Park Place Blvd and Galveston Road, including pedestrian signals, mast arms poles with foundations, conduit, cable, wiring, loop detectors, controller, cabinet, appurtenances, and removal of existing signals. Installation of proposed thermoplastic pavement markings and signage. Removal and planting of trees Bidders shall comply with City Ordinance 95-336 and Exec Order No. 1-2, and City of Houston Affirmative Action and Contract Compliance Division Minority/Women / Disadvantaged Business Enterprise (M/W/DBE) Procedures. The successful bidder will be required to make good faith efforts to achieve a MBE participation goal of 10 % and SBE participation goal of 8%. The Gulfgate Redevelopment Authority/TIRZ 8 may award the contract for the project to the most responsible bidder who, in the judgment of the Gulfgate Redevelopment Authority/ TIRZ 8, will be most advantageous to the Gulfgate Redevelopment Authority/TIRZ 8 and results in the best and most economical completion of the project. Bidders shall also submit qualifications with their bids set forth in the contract documents. Plans, specifications, and bid documents are available at www.civcastusa.com Gulfgate Redevelopment Authority/TIRZ 8 reserves the right to reject any or all bids, accept any bid with similar work experience or waive informalities in bidding. All bids received after the closing time designated will be returned unopened. A MANDATORY PREBID CONFERENCE will be conducted at Lockwood, Andrews and Newnam, Inc. 2925 Briarpark Dr, Suite 400, Houston, Texas 77042, on Tuesday, October 01, 2019 at 10:00 a.m. Bid Notice The Klein Independent School District is accepting electronic bids for Miscellaneous Auto Parts, Bid #20-221, on October 4, 2019 in Room 207 of the Central Office Building. Purchasing Specifications, 832.249.4683. Sealed Bids, in duplicate, addressed to Woodmere Development Co., Ltd. on behalf of Harris County Municipal Utility District No. 432, Attention William Frey, President, Board of Directors, will be received at the office of R.G. Miller Engineers, Inc. until 2:00 p.m. Local Time, Thursday, October 10, 2019, and then publicly opened and read for Traffic Signal Installation at the Intersection of Morton Ranch Road and Winchester Ranch Trail, Harris County, Texas Scope of Work of the Contract includes the following: Installation of Traffic Signal. A MANDATORY prebid conference. will be held on Thursday, October 3, 2019, at 10:00 a.m. Local Time, at the office of R. G. Miller Engineers, Inc. 16340 Park Ten Place, Suite 350, Houston, Texas 77084. 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. The Bid Bond must be enclosed in the same envelope with the bid. 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. The Bid Bond or Certified/ Cashier s Check must be enclosed in the same envelope with the Bid. Bids without Bid Bonds or Certified/Cashier s Check will not be considered. Copies of the bidding documents are on file at the following locations: R. G. Miller Engineers, Inc. 16340 Park Ten Place, Suite 350, Houston, Texas 77084. Bidding documents in electronic form may be examined at the above locations or may be obtained by prospective bidders or suppliers at no cost, from R.G. Miller Engineers, Inc. Woodmere Development Co., Ltd. On behalf of Harris County Municipal Utility District No. 432 Sealed bids, in duplicate, addressed to Bridgeland Development, LP on behalf of Harris County Municipal Utility District No. 489 will be received in the office of Bridgeland Development, LP, 23720 House Hahl Road, Cypress, TX 77433 until 3:15 p.m. on Wednesday, October 9, 2019, at which time all bids will be opened and publicly read for the furnishing of all material, equipment, labor, and supervision necessary or incidental to the Construction of Parkland Village Lift Station No. 6 and Force Main. Construction of Lift Station, reinforced concrete wet well, wet well lining, submersible pumps, hatches, piping, fittings, valves, coatings, force main, sanitary sewer, excavation and disposal, paving, drainage, brick fencing, electrical, controls and appurtenances and 3,758 linear feet of 4-inch force main. A MANDATORY pre-bid conference will be held in the office of Bridgeland Development, LP, 23720 House Hahl Road, Cypress, TX 77433 at 3:30 p.m. on Tuesday, October 1, 2019. Plans, specifications, and bid documents are available at www.civcastusa.com, search 6839-00. accompany each bid.the successful bidder will be required to provide a performance bond, a payment bond, and a maintenance bond for the full amount of the contract. The Owner reserves the right to Sealed bids, in duplicate, addressed to Daniel P. Gordon, Trustee on behalf of Spencer Road Public Utility District, will be received in the office of BGE, Inc., 10777 Westheimer, Suite 400; Houston, Texas, 77042 (Phone: 281-558-8700) until 10:30 AM, Friday, October 4, 2019, 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 Clearing and Grubbing for Shining Sumac, Harris County, Texas, 1. Approximately 26 acres of clearing and grubbing There will be no pre-bid meeting associated with this project. Plans, specifications and bid documents are available at www.civcastusa.com, search: 5736-03. HARRIS COUNTY MUNICIPAL UTILITY DISTRICT NO. 374 NOTICE OF ADOPTION OF RULES AND PENALTIES Notice is hereby given that, at a meeting on August 8, 2019, the Board of Directors of Harris County Municipal Utility District No. 374 (the District ) adopted a Resolution Establishing Rules and Regulations Governing the Use of the District s Online Portal System ( Resolution ), providing rules and regulations governing the use of the District s online portal system and related phone application for water usage data. Violation of any of the rules or regulations contained in the Resolution will subject the violator to a fine of up to $10,000 per violation. Each separate occurrence and day that a violation continues shall be considered a separate violation. A copy of the Resolution, with all of its rules and regulations, including the penalty listed above, is on file at the principal office of the District, Allen Boone Humphries Robinson LLP, 3200 Southwest Freeway, Suite 2600, Houston, Texas 77027, where it may be read in full. /s/ Joe Sykes President, Board of Directors 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 LBlack@bizjournals.com. ADVERTISE HERE

44 HOUSTON BUSINESS JOURNAL SEPTEMBER 20-26, 2019 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: FY2020 Drainage Rehab (SWAT) Work Orders No. 3 WBS Number: M-430006-0008-4 Bid Date: October 3, 2019 Project Location: Citywide. The project location and limits will be determined and defined by each work authorization. Project Manager: Charles Uecker Jr. / Phone Number (832) 395-2963 Estimated Construction Cost: $4,000,000.00 Prebid Meeting: Tuesday, September 24, 2019, at 10:00AM, 14th Floor, Conference Room No. 14-A, 611 Walker Street, Houston, Texas 77002 Project Name: Wastewater Collection System Rehabilitation and Renewal WBS Number: R-000266-0299-4 (File No. 4259-03) Bid Date: October 17, 2019 Project Location: Within City Limits Project Manager: Mary F. Bac, P.E. (832-395-4992) mary.bac@houstontx.gov Estimated Construction Cost: $4,600,000.00 Prebid Meeting: September 24, 2019, 9:00 a.m., 4545 Groveway Drive, Rm. 100, Houston, Texas 77087 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. Project M-430006-0008-4 is subject to the Hire Houston First program, which gives a preference to certain local bidders in award of the contract. For more information, go to: http://www.houstontx.gov/obo/hirehoustonfirst.html Bid documents and drawings may only be obtained electronically at the City s website: http://bidsets.publicworks.houstontx.gov/. Projects may contain City of Houston Standard Construction Specifications for Wastewater Collection Systems, Water Lines, Storm Drainage, Street Paving, and Traffic sections that are incorporated into Project Manual by reference. These Standard Specifications, along with Standard Details, may be acquired at no cost on the City s website at http://edocs. publicworks.houstontx.gov/engineering-and-construction/specifications.html. Bidders should review Document 00210 Supplementary Instructions to Bidders - to determine whether the contract will be a City Street and Bridge Construction or Improvement Contract which requires a current Certificate of Responsibility filed with the Director of Public Works and Engineering no later than three business days prior to Project Bid Date. A Certificate of Responsibility is a valid Prequalification Approval Letter issued Sealed bids, in duplicate will be received by Willowcreek Telge, LLC, on behalf of Harris County Municipal Utility District No. 416 at the office of the Engineer for the District, EHRA, 10555 Westoffice Drive, Houston, Texas until 2:30 p.m., Thursday, October 17, 2019, at which time all bids will be publicly opened and read for the construction of the project: HARRIS COUNTY MUNICIPAL UTILITY DISTRICT NO. 416 STORM WATER FACILITIES AND PAVING TO SERVE HOLDERREITH ROAD Project No. 081-007-00-38 DST (J)/DEV (L) A mandatory Pre-Bid Conference will be held on Thursday, October 10, 2019, at 3:30 p.m. at the office of the Engineer for the District, EHRA, 10555 Westoffice Drive, Houston, Texas. Project scope shall include the installation of approximately 270 LF of 24-30 RCP storm sewer; and 8,830 SY of 10 reinforced concrete pavement. 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. Sealed bids, in duplicate, addressed to Bridgeland Development, LP on behalf of Harris County Municipal Utility District No. 418 will be received in the office of Bridgeland Development, LP, 23720 House Hahl Road, Cypress, TX 77433 until 3:00 p.m. on Wednesday, October 9, 2019, at which time all bids will be opened and publicly read for the furnishing of all material, equipment, labor, and supervision necessary or incidental to the Proposed Water, Force Main, N.P.W.L., Drainage and Paving Improvements in Peek Road Section 1. 1. Approx. 1,150 LF of 6-inch through 16-inch water line and all appurtenances 2. Approx. 1,150 LF of 8-inch sanitary sewer force main 3. Approx. 1,200 LF of 4-inch through 16-inch non-potable water line and all appurtenances 4. Approx. 1,250 LF of 24-inch through 36-inch storm sewer and all appurtenances 5. Approx. 140 LF of 10 x 14 RCB and all appurtenances 6. Approx. 65 LF of 24 to 30 wide bridge entrances and all appurtenances 7. Approx. 450 LF of retaining wall and all appurtenances 8. Approx. 1,250 LF of centerline 8-inch concrete pavement 9. Approx. 4,250 LF or reinforced concrete curb A MANDATORY pre-bid conference will be held in the office of Bridgeland Development, LP, 23720 House Hahl Road, Cypress, TX 77433 at 3:00 p.m. on Tuesday, October 1, 2019. Plans, specifications, and bid documents are available at www.civcastusa.com, search 181311. accompany each bid.the successful bidder will be required to provide a performance bond, a payment bond, and a maintenance bond for the full amount of the contract. The Owner reserves the right to 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-totime, and Chapter 15, Article IV of the Code of Ordinances, Houston, Texas. For project M-430006-0008-4, 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). For project R-000266-0299-4 contract is contingent upon release of funds from the Texas Water Development Board (TWDB). Any contract or contracts awarded under this Invitation for Bid (IFB) are expected to be funded in part by financial assistance from the TWDB. Neither the U.S. Environmental Protection Agency (EPA) or the State of Texas, nor any of its departments, agencies, or employees, are or will be a party to this IFB or any resulting contract. Any contract(s) awarded under this Invitation for Bids is/are subject to the American Iron and Steel (AIS) requirements of Section 608 of the Federal Water Pollution Control Act. This contract is subject to the Environmental Protection Agency s (EPA) Disadvantaged Business Enterprise (DBE) Program, which includes EPA-approved fair share goals toward procurement of Minority and Women-owned Business Enterprise (M/WBE) businesses. EPA rules require that applicants and prime contractors make a good faith effort to award a fair share of contracts, subcontracts, and procurements to M/ WBEs through demonstration of the six affirmative steps. For more details of the DBE Program and the current, applicable fair share goals, please visit http://www.twdb.texas.gov/ dbe. All qualified Applicants will receive consideration for employment without regard to race, color, religion, sex (including pregnancy), sexual orientation, gender identity, national origin, age (40 or older), disability, or genetic information. Bidders on this work will be required to comply with the Department of Labor regulations at 41 CFR Part 60-4, relating to Construction Contractors--Affirmative Action Requirements, which include the President s Executive Order No. 11246, as amended by Executive Order No. 11375 and Executive Order No. 13672, in the award and administration of contracts awarded under TWDB financial assistance agreements. Failure by the Contractor to carry out these requirements is a material breach, which may result in the termination of the awarded financial assistance. Davis-Bacon prevailing wage requirements apply to the construction, alteration or repair of treatment works carried out, in whole or in part, with assistance made available by the Clean Water State Revolving Fund (CWSRF). The Davis-Bacon prevailing wage requirements apply to Contractors and Subcontractors performing on federally funded or assisted contracts in excess of $2,000 for the construction, alteration or repair (including painting) of a treatment works project under the CWSRF. For prime contracts in excess of $100,000, Contractors and Subcontractors must also, under the provisions of the Contract Work Hours and Safety Standards Act, as amended, pay laborers and mechanics, including guards and watchmen, at least one and one-half times their regular rate of pay for all hours worked over 40 in a workweek. The Fair Labor Standards Act may also apply to Davis-Bacon covered contracts. Any contracts or subcontracts in excess of $2,000 must include the provisions of the Davis- Bacon Wage Rate Requirements found in TWDB Guidance No. DB-0156. The City reserves the right to reject any and all bids. 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 September 20, 2019) Anna Russell City Secretary All interested parties are encouraged to attend any scheduled pre-bid and/or preproposal 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. 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, Public Level, at 11:00 A. M. Bids Due October 17, 2019 Traffic Signal Hardware for Houston Public Works Strategic Procurement Division S71-S28916 0% MWBE Goal Pre-Bid Conference will be September 30, 2019 at 10:00 A.M. at 611 Walker, 7th Floor Conference Room #731. Interested parties may contact Latanja Bolden-Gilliam at latanja.bolden@houstontx.gov. Bids Due October 24, 2019 Mobile Ambient Air Monitoring Laboratory for the City of Houston Health Department Strategic Procurement Division S38-N29106 Pre-Bid Conference will be October 10, 2019 at 10:00 A.M., at 7411 Park Place Boulevard, Conference Room #213, Houston, Texas 77087. Interested parties may contact Lena Farris at 832-393-8729 or email at lena.farris@houstontx.gov. 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 October 17, 2019 at 2:00 P.M. Advanced Metering Infrastructure for Houston Public Works Strategic Procurement Division S17-T29179 11% MWBE Goal Pre-Proposal Conference will be October 1, 2019 at 10:00 A.M., at 611 Walker 6th Floor, Houston, Texas 77002. Interested parties may contact Murdock Smith at 832-393-8725 or email at murdock.smith@houstontx.gov. Proposals Due November 7, 2019 at 2:00 P.M. Food and Beverage Concession Services at Herman Park Golf Course for the City of Houston Parks and Recreation Department Strategic Procurement Division S60-T29167 11% MWBE Goal Pre-Proposal Conference will be October 2, 2019 at 9:30 A.M., at 611 Walker, 16th Floor Conference Room 16A, Houston, Texas 77002. Interested parties may contact SueEllen Arredondo at 832-393-9131 or email at sue.arredondo@houstontx.gov. PRINT DIGITAL SOCIAL EVENTS Sealed Bids, in duplicate, addressed to Fort Bend County Municipal Utility District No. 141, Attention Barbara T. Dexter, President, Board of Directors, will be received at the office of R.G. Miller Engineers, Inc. until 2:30 p.m. Local Time, Thursday, October 17, 2019, and then publicly opened and read for construction of Lake Amenity, Detention/Mitigation Basin and Storm Sewer to serve Glendale Lakes within Fort Bend County Municipal Utility District No. 141 for, Fort Bend County, Texas Scope of Work of the Contract includes the following: Lake Amenity, Detention/Mitigation Basin and Storm Sewer A MANDATORY prebid conference. will be held on Thursday, October 3, 2019, at 10:30 a.m. Local Time, at the office of R. G. Miller Engineers, Inc. 16340 Park Ten Place, Suite 350, Houston, Texas 77084. 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. to the Owner, in an amount not less than ten percent (10%) 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. The Bid Bond or Certified/ Cashier s Check must be enclosed in the same envelope with the Bid. Bids without Bid Bonds or Certified/Cashier s Check will not be considered. Copies of the bidding documents are on file at the following locations: R. G. Miller Engineers, Inc. 16340 Park Ten Place, Suite 350, Houston, Texas 77084. Bidding documents in electronic form may be examined at the above locations or may be obtained by prospective bidders or suppliers at no cost, from R.G. Miller Engineers, Inc. Fort Bend county Municipal Utility District No. 141 HARRIS COUNTY MUNICIPAL UTILITY DISTRICT NO. 152 will receive bids for construction of SANITARY SEWER CLEANING AND TELEVISING PHASE V, Project No. 0735-027-04, 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 cleaning and televising of sanitary sewer collection system in a residential subdivision. A Pre-bid conference will be held on Friday, September 27, 2019 at 10:30 a.m. Local Time at the office of the ENGINEER, and bids will be publicly opened and read on Friday, October 4, 2019 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. HCMUD152 San Sewer Cleaning and TV. 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. HARRIS COUNTY MUNICIPAL UTILITY DISTRICT NO. 152 WHY PAY MORE FOR & CLASSIFIEDS SOMEWHERE ELSE? FOR THE BEST SERVICE, PRICING & AUDIENCE CONTACT LENORA BLACK AT: LBLACK@BIZJOURNALS.COM OR CALL: 713-395-9625 www.bizjournals.com/houston/promo/hbjclassifieds

SEPTEMBER 20-26, 2019 HOUSTON BUSINESS JOURNAL 45 NO. PR39609 of Testamentary for the Estate of TRISHA LYNN RODRIGUEZ, Deceased, were issued on August 28, 2019 in Cause No. PR39609 pending in the County Court at Law No. 4 and Probate Court of Brazoria YOLANDA CANTU Independent Executor All claims against the Estate of TRISHA LYNN RODRIGUEZ, Deceased, should be presented to: George H. Rau, Jr., Attorney at Law, 2513 N Velasco, Angleton, Texas 77515. 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 12th day of September, 2019. Stevens & Rau, P.C. /s/ George H. Rau, Jr., Attorney for the Estate. NO. 19-38304-P Testamentary for the Estate of SIDNEY TOM PRICE, Deceased, were issued on September 5, 2019 in Cause No. 19-38304- P pending in the County Court at Law No. 2 of Montgomery NANCY WAMBLE PRICE, Independent Executrix All claims against the Estate of SIDNEY TOM PRICE, Deceased, should be presented to: Patrick G. Hubbard, Attorney at Law, 1525 Lakeville Drive, Suite 133, Kingwood, Texas 77339. 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 18th day of September, 2019. /s/ Patrick G. Hubbard, Attorney for the Estate. NO. 478806 of Testamentary for the Estate of DOROTHY C. ERDY, Deceased, were issued on September 10, 2019 in Cause No. 478806 pending in the Probate Court No. 1 of Harris DOUGLAS DONALD ERDY, Independent Executor All claims against the Estate of DOROTHY C. ERDY, Deceased, should be presented to: Patrick G. Hubbard, Attorney at Law, 1525 Lakeville Drive, Suite 133, Kingwood, Texas 77339. 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 18th day of September, 2019. /s/ Patrick G. Hubbard, Attorney for the Estate. NO. 478804 of Testamentary for the Estate of DONALD D. ERDY, Deceased, were issued on September 10, 2019 in Cause No. 478804 pending in the Probate Court No. 1 of Harris County, Texas to: DOUGLAS DONALD ERDY, Independent Executor All claims against the Estate of DONALD D. ERDY, Deceased, should be presented to: Patrick G. Hubbard, Attorney at Law, 1525 Lakeville Drive, Suite 133, Kingwood, Texas 77339. 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 18th day of September, 2019. /s/ Patrick G. Hubbard, Attorney for the Estate. NO. 478757 of Administration for the Estate of BRIAN DAVID PAUL, Deceased, were issued on September 10, 2019 in Cause No. 478757 pending in the Probate Court No.3 of Harris PHYLLIS PAUL, Independent Administrator with Will Annexed All claims against the Estate of BRIAN DAVID PAUL, Deceased, should be presented to: Patrick G. Hubbard, Attorney at Law, 1525 Lakeville Drive, Suite 133, Kingwood, Texas 77339. 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 18th day of September, 2019. /s/ Patrick G. Hubbard, Attorney for the Estate. NO. 478561 of Testamentary for the Estate of DONALD PIER WILEY, Deceased, were issued on September 11, 2019 in Cause No. 478561 pending in the Probate Court No. 3 of Harris DOROTHY ROGERS WILEY, Independent Executrix All claims against the Estate of DONALD PIER WILEY, Deceased, should be presented to: Patrick G. Hubbard, Attorney at Law, 1525 Lakeville Drive, Suite 133, Kingwood, Texas 77339. 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 18th day of September, 2019. /s/ Patrick G. Hubbard, Attorney for the Estate. HAS YOUR LEGAL NOTICES COVERED Serving the Houston legal community and surrounding areas for over 46 years MONTGOMERY LIBERTY PUBLIC NOTICES Notice To Creditors City of Houston City Ordinance Public Bid Notices Civil Suits Hearing Notice Adoption, Divorce, CPS (Harris Co.) TABC Liquor Notice Storage Notices Requests for Proposal WALLER HARRIS CHAMBERS $ HBJ REACHES 10 COUNTIES Harris, Galveston, Brazoria, Liberty, Waller, Chambers, Montgomery, Fort Bend, Austin and San Jacinto AD DEADLINES 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. BENEFITS TO CUSTOMERS One point of contact Exceptional customer service Quick turn-around times efficient processing Tear sheets and affidavits no additional charge FORT BEND BRAZORIA GALVESTON REACH YOUR TARGET AUDIENCE WITH THE HOUSTON BUSINESS JOURNAL S LEGAL PAGES www.bizjournals.com/houston/promo/hbjclassifieds FOR CUSTOM QUOTE, CONTACT: Lenora Black at 713.395.9625 or lblack@bizjournals.com WHAT HBJ'S CLASSIFIED AND LEGAL SECTIONS HAVE TO OFFER YOU! : 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