commercial realtor-associate® real estate...

6
32A HOUSTON BUSINESS JOURNAL MARCH 18-24, 2016 REAL ESTATE BRIDGE LOANS Direct Private Lender Close in 7 days Equity Secured Capital www.equitysecured.com 512-732-8338 DISTINCTIVE PROPERTIES From the striking gated entrance and over the paved ranch road, meander through pastures and pecan trees of this 227 acres to the custom home on top of the hill. With wraparound porches and ample windows, this 3500+ sq.ft. home overlooks a 1 acre pond in front and a 3 acre lake in the back. Barns, office/guest house, pens, creek and all just an hour from Houston! Bill Johnson & Associates Real Estate 979-865-5466 or 979-992-2636 www.bjre.com Westview Ranch, Navasota-Grimes Co. Kellie Geitner Realtor-Associate® 713.213.2011 [email protected] Skene Way Memorial $2.5+mil | 5 / 5.5+ | ±6,001 sf French-inspired “manor” by McCollum Custom Homes in Hedwig Village. Laurie King Realtor-Associate® 281.222.0397 [email protected] 2 Crestwood Drive Memorial Park $2.5+mil | 4 / 4.5 | ±4,624 sf Fabulous stucco home on over 1/2 acre lot with breathtaking views. OPEN SUNDAY 2-4PM www.RoundTopRealEstate.com 716 FM 2436, La Grange - 248+ rolling acres, 13-acre stocked lake, 3,250 s.f. house, barn w/quarters, too many amenities to list. $3,229,000 TxLS #95257 HAR#48050440 Star Lake Ranch Star Lake Ranch Lois Shanks Orr Realtor Associate 713.806.0526 [email protected] Target First Class Candidates Contact Nancy Brown 713-395-9618 [email protected] BUSINESS MARKETPLACE VOL. 45 NO. 53 BOOK OF LISTS THE ESSENTIAL TOOL FOR DOING BUSINESS IN THE HOUSTON AREA (VWDEOLVKHG SPONSORS: (VW EOL K WDEOLVK O O WDEOLVK W W W G G HG G H HG G G G G H HG G G G SPONSORS SPONSORS SPONSORS: Get the Story. Make the connection. Close the deal. > Weekly Edition > Apple Newsstand App > Daily Email Alerts > Exclusive Online Tools > FREE Book of Lists (a $70.00 value)* For more information contact Jill Maxwell, Audience Development Director Subscribe today and get it all for one low price! Start using the Digital Book of Lists today and receive the Printed Book of Lists when next published*

Upload: others

Post on 27-Feb-2020

0 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: COMMERCIAL Realtor-Associate® REAL ESTATE …media.bizj.us/view/img/8977492/hbjclass03182016.pdf& Loanna nc. ancy arbara evin rang iara S. nc. encia essica nc. eschool exas ARAI cCall,

32A HOUSTON BUSINESS JOURNAL MARCH 18-24, 2016

Real estateBRIDGE LOANS

Direct Private lenderClose in 7 days

Equity Secured Capitalwww.equitysecured.com

512-732-8338

XXXXXXXXXDISTINCTIVE PROPERTIES

From the striking gated entrance and over the paved ranch road, meander through pastures and pecan trees of this 227 acres to the custom home on top of the hill. With wraparound porches and ample windows, this 3500+ sq.ft. home overlooks a 1 acre pond in front and a 3 acre lake in the back. Barns, office/guest house, pens, creek and all just an hour from Houston!

Bill Johnson & Associates Real Estate979-865-5466 or 979-992-2636

www.bjre.com

Westview Ranch, Navasota-Grimes Co.

Kellie GeitnerRealtor-Associate®

[email protected]

Skene WayMemorial$2.5+mil | 5 / 5.5+ | ±6,001 sfFrench-inspired “manor” by McCollum Custom Homes in Hedwig Village.

Laurie KingRealtor-Associate®

[email protected]

2 Crestwood DriveMemorial Park$2.5+mil | 4 / 4.5 | ±4,624 sfFabulous stucco home on over 1/2 acre lot with breathtaking views.

OPEN SUNDAY 2-4PM

www.RoundTopRealEstate.com

716 FM 2436, La Grange - 248+ rolling acres, 13-acre stocked lake, 3,250 s.f. house, barn w/quarters, too many amenities to list.

$3,229,000 TxLS #95257 HAR#48050440

Star Lake RanchStar Lake Ranch

Lois Shanks OrrRealtor Associate713.806.0526

[email protected]

COMMERCIAL REAL ESTATE

Target First Class

CandidatesContact

Nancy Brown • 713-395-9618 [email protected]

BUSINESS MARKETPLACE

VOL. 45 NO. 53 BOOK OF LISTSTHE ESSENTIAL TOOL FOR DOING BUSINESS

IN THE HOUSTON AREA

S P O N S O R S :S O S O SS O S O SS P O N S O R SS P O N S O R SS P O N S O R S :

Get the Story.Make the connection.Close the deal.

> Weekly Edition

> Apple Newsstand App

> Daily Email Alerts

> Exclusive Online Tools

> FREE Book of Lists (a $70.00 value)*

For more information contact Jill Maxwell, Audience Development Director

Subscribe today and get it all for one low price!

Start using the Digital Book of Lists today and receive the Printed Book of Lists when next published*

Page 2: COMMERCIAL Realtor-Associate® REAL ESTATE …media.bizj.us/view/img/8977492/hbjclass03182016.pdf& Loanna nc. ancy arbara evin rang iara S. nc. encia essica nc. eschool exas ARAI cCall,

MARCH 18-24, 2016 HOUSTON BUSINESS JOURNAL 33A

HBJ REACHES 10 COUNTIES:Harris, Galveston, Brazoria, Liberty, Waller, Chambers, Montgomery, Fort Bend, Austin and San Jacinto

BENEFITS TO CUSTOMERS:• One point of contact• Exceptional customer service• Quick turn-around times – efficient processing• Tear sheets and affidavits – no additional charge

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.

www.bizjournals.com/houston/promo/hbjclassified

CALL FORCUSTOM QUOTE

Call Lenora Black with questions.713.395.9625 or [email protected]

LEGALSLEGALS

NOTICE TO CREDITORS

48

HOUSTON BUSINESS JOURNAL

FEBRUARY 26-MARCH 3, 2016

NOTICE TO CREDITORSNO. PR-0076551

NOTICE OF APPOINTMENT

Notice is hereby given that Original Letters

Testamentary for the Estate of ROBERT

MICHAEL FAY, Deceased, were issued on

January 28, 2016 in Cause No. PR-0076551

pending in the Probate Court of Galveston

County, Texas to:ROCHELLE FAY LINDSEY, Independent Executrix

All claims against the Estate of ROBERT MI-

CHAEL FAY, Deceased, should be presented

to: George D. Martin, Attorney at Law, 1100

Rosenberg, Galveston, Texas 77550.

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 February, 2016. Martin, Garza &

Fisher, L.L.P. /s/ George D. Martin, Attorney

for the Estate.NOTICE TO CREDITORS

NO. 445518NOTICE OF APPOINTMENT

Notice is hereby given that Original Let-

ters Testamentary for the Estate of CECIL

THOMAS AVERY, Deceased, were issued

on February 16, 2016 in Cause No. 445518

pending in the Probate Court No. 1 of Harris

County, Texas to:KAREN MURPHY AVERY, Independent Executor

All claims against the Estate of CECIL

THOMAS AVERY, Deceased, should be

presented to: Robert E. Bazemore, Jr. Esq.,

Attorney at Law, 4710 67th Street, Suite F,

Lubbock, Texas 79414.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 22nd

day of February, 2016. Bazemore Law Firm,

P.L.L.C. /s/ Robert E. Bazemore, Jr. Esq., At-

torney for the Estate.

NOTICE TO CREDITORSNO. 446015

NOTICE OF APPOINTMENT

Notice is hereby given that Original Let-

ters Testamentary for the Estate of JAMES

QUINN MCKEON, Deceased, were issued

on February 23, 2016 in Cause No. 446015

pending in the Probate Court No. 4 of Harris

County, Texas to:AARON CHRISTOPHER MCKEON,

Independent Executor

All claims against the Estate of JAMES

QUINN MCKEON, Deceased, should be

presented to: Axel Lindholm, Attorney at

Law, 2202 Timberloch Place, Suite 250, The

Woodlands, Texas 77380.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 23rd

day of February, 2016. Knighton & Stone,

P.L.L.C. /s/ Axel Lindholm, Attorney for the

Estate.

NOTICE TO CREDITORSNO. 446022

NOTICE OF APPOINTMENT

Notice is hereby given that Original Let-

ters Testamentary for the Estate of DAVID

FERNANDEZ MONTEZ, Deceased, were

issued on February 16, 2016 in Cause No.

446022 pending in the Probate Court No. 1

of Harris County, Texas to:DONALD J. COONTZ, Independent Executor

All claims against the Estate of DAVID FER-

NANDEZ MONTEZ, Deceased, should be

presented to: Benjamin H. Best, II, Attor-

ney at Law, P. O. Box 1168, Pearland, Texas

77588-1168.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 23rd

day of February, 2016. /s/ Benjamin H. Best,

II, Attorney for the Estate.

REQUEST FOR COMPETITIVE SEALED PROPOSALS

The San Jacinto River Authority (SJRA) will receive Competitive Sealed Proposals for the fol-

lowing Woodlands Division Project: Project Number:

RFCSP #16-031

Project Name:

Water Plant No. 2. Ground Storage Tank

Nos. 1 & 2 Rehabilitation

Project Description:

Rehabilitation of Ground Storage Tanks at

Plant No. 2

Pre-Proposal Mtg, non-mandatory: March 9, 2016, 10:00 AM @ 2436 Sawdust Rd,

The Woodlands, TX 77380

Proposal Due Date:

March 17, 2016, 2:00 PM

Estimated Construction Cost: $160,000.00

Sealed Proposals will be received at:

Grady B. GarrowSan Jacinto River Authority

General and Administration Building Purchasing Department1577 Dam Site RoadConroe, TX 77304

prior to 2:00 PM (CST), Thursday, March 17, 2016.  All proposals received after that time will

be returned in the condition they were received.

A Non-Mandatory Pre-Submittal Conference will be held on Wednesday, March 9,

2015, at 10:00 AM (CST), at the San Jacinto River Authority Woodlands Office, located at

2436 Sawdust Rd., The Woodlands, Texas 77380. 

COPIES OF RFP DOCUMENTS

Proposal Documents may be downloaded from the Owners website at www.SJRA.net

without charge. The SJRA reserves the right to reject any or all bids and to waive informalities and ir-

regularities.

ADVERTISEMENT FOR BIDSCITY OF HOUSTON

The City Secretary for City of Houston will receive bids at 900 Bagby, Room P101, Houston,

Texas for the following Department of Public Works and Engineering project[s]:

Project Name:

Garden Oaks and Shepherd Park (Central) Drainage

and Paving

WBS Number:

M-000285-0001-4

Bid Date:

March 24, 2016

Project Location:

The project is generally bound by Ella Boulevard on the

west, N. Shepherd Drive on the east, Janisch Road on

the north and Judiway Street on the south.

Project Manager:

Jeffrey T. Hall, P.E Phone Number (832) 395-2325

Estimated Construction Cost: $17,969,716.00

Prebid Meeting:

Tuesday, March 15, 2016, at 10:00 A.M., 16th Floor,

Conference Room No. 1646, 611 Walker, Houston,

Texas 77002

Project Name:

Wastewater Process Unit Cleaning and Evaluation

WBS Number:

R-000265-0142-4; File No. WW5210

Bid Date:

Thursday, March 24, 2016

Project Location:

Within City of Houston Limits

Project Manager:

Tika Gautam, P.E. (Phone Number: 832-395-5006)

[email protected]

Estimated Budget Amount: $5,000,000.00

Prebid Meeting:

Tuesday, March 08, 2016, at 9:00 AM-CST, in Room

227 at 4545 Groveway, Houston, Texas 77087.

Project Name:

Clearing and Grubbing Work Order for LDWL

WBS Number:

S-000701-0039-4

Bid Date:

March 24, 2016

Project Location:

Various locations to be determined by each Work

Order (City of Houston, Extra Territorial Jurisdictions,

and Strategic Partnership Agreements)

Project Manager:

Kevin Tran, P.E. Phone Number (832) 395-2242

Estimated Construction Cost: $980,000.00

Prebid Meeting:

Tuesday, March 8, 2016, at 10:00 A.M., 15th Floor,

Conference Room No. 1546, 611 Walker, Houston,

Texas 77002

Project Name:

NSR 467

WBS Number:

N-000400-0001-4

Bid Date:

March 24, 2016

Project Location:

Project generally bounded by West Alabama on the

north, Richmond on the south, Spur 527 on the east

and Montrose on the west

Project Manager:

Ben Bansal, P.E. Phone Number (832) 395-2207

Estimated Construction Cost: $18,936,899.00

Prebid Meeting:

Tuesday, March 1, 2016, at 10:00 A.M., 14th Floor,

Conference Room No. 14-B (Outside), 611 Walker,

Houston, Texas 77002

Project Name:

Southwest WWTP Improvements (Pkg 3)

WBS Number:

R-000265-0103-4

Bid Date:

March 17, 2016

Project Location:

4211 Beechnut Houston Texas

Project Manager:

Bill Zod, P.E. Phone Number (832) 395-2306

Estimated Construction Cost: $23,213,183.00

Prebid Meeting:

Tuesday, March 1, 2016, at 10:00 A.M., 15th Floor,

Conference Room No. 1546, 611 Walker Street,

Houston, Texas 77002

Project Name:

Upper Brays Sanitary Sewer Tunnel Liner Removal

WBS Number:

R-002013-0041-4

Bid Date:

March 24, 2016

Project Location:

Within City Limits

Project Manager:

Mary F. Bac, P.E. (832-395-4992)

[email protected]

Estimated Construction Cost: $12,000,000.00

Prebid Meeting:

Mandatory, March 2, 2016, 10:00 a.m.,

4545 Groveway Drive, Rm. 227, Houston,

Texas 77087

Project Name:

Fire Hydrant Replacement Project

WBS Number:

S-000035-0236-4, File No. WA 11238

Bid Date:

March 17, 2016

Project Location:

Within City of Houston Limits

Project Manager:

Syed Moinuddin, P.E., Phone Number: (832) 395-3896

Email: [email protected]

Estimated Construction Cost: $1,799,965.00

Prebid Meeting:

MANDATORY, Tuesday, March 8, 2016, at 10:00

a.m., Bay Area Conference Room , 7000 Ardmore,

Houston, TX 77054

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

received after that time will not be accepted. Bids will be publicly opened and read aloud at

11:00 a.m. on the same day in City Council Chambers. All interested parties are invited to

attend. Place and date of Bid opening may be changed in accordance with Sections 15-3(b)(5)

and 15-3(b)(6) of the City of Houston Code of Ordinances. Low bidder shall comply with

City of Houston Code of Ordinances. All bidders shall comply with Article II, Chapter 15,

City of Houston Code of Ordinances.

The requirements and terms of the City of Houston Pay or Play Program, as set out in

Executive Order 1-7 and Ordinance 2007-0534, are incorporated into these projects for all

purposes. All bidders shall comply with the terms and conditions of the Pay or Play Program

as they are set out at the time of City Council approval of this Agreement.

Project M-000285-0001-4, R-000265-0142-4, S-000701-0039-4, N-000400-0001-4,

R-000265-0103-4, R-002013-0041-4 and S-000035-0236-4, 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-000265-0103-4, S-000701-0039-4 and S-000035-0236-4 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 Wastewa-

ter 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://documents.publicworks.houstontx.gov/document-center/cat_view/88-engi-

neering-and-construction/92-specifications/208-division-02-16-standard-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 Cer-

tificate of Responsibility is a valid Prequalification Approval Letter issued by TxDOT stating

that a Bidder is qualified to bid on State Highway improvement contracts pursuant to 43 Texas

Administrative Code, Section 9.12, as it may be amended from time-to-time, and Chapter 15,

Article IV of the Code of Ordinances, Houston, Texas.

For Project S-000035-0236-4, Bidders shall comply with City Ordinance 2007-0293

(March  7, 2007) and City of Houston Office of Business Opportunity Minority/Women-

owned Business Enterprise (MWBE) Procedures. Low Bidder will be required to make good

faith efforts to achieve a MWBE participation goal as stated in Document 00800 – Supple-

mentary Conditions. The goals for this project are as follows: MBE 12.0% and WBE 8.0%.

For Project M-000285-0001-4, R-000265-0142-4, S-000701-0039-4, N-000400-0001-

4, R-000265-0103-4 and R-002013-0041-4, 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 En-

terprise (MWSBE) Procedures. The Lowest Responsible Bidder will be required to dem-

onstrate 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, February 26, 2016)

Anna RussellCity Secretary

ADVERTISEMENT FOR CONSTRUCTION

CONSTRUCTION MANAGER AT RISK

CITY OF HOUSTON

The City Secretary for City of Houston will receive Statement of Qualifications (SOQ) and

proposals at 900 Bagby, Room P101, Houston, Texas for the following General Services De-

partment project(s):Project Name and Number: City Hall & City Hall Annex Electrical Switchgear

Systems

D-000189-0001-4 and D-000203-0001-4

Project Description: The City of Houston Municipal Building and the City

of Houston Annex main electrical service gear is obso-

lete, deteriorating, and damaged; as such has become

logistically unsupportable for both buildings.

The project addresses a complete electrical service and

distribution system modernization and replacement.

The scope of work will consider, but not be limited

to; general condition assessment of all equipment

(transformers, buck-boost transformers, motor control

centers, switchboards, and breakers) subsequent to a

thorough engineering briefing and design package re-

view. The project includes the construction/installation

of switchgear equipment and all additional architectural

and construction assemblies required. The scope shall

also include trouble shooting existing facility conditions

which may adversely impact scheduled installations and

operation of existing and new equipment. It is essential

that the Construction Manager at Risk team shall be a

highly organized and detail oriented firm which under-

stands the complexity of scheduling and coordinating

installations during City Hall ongoing operations.

Qualification Submittal Date: Thursday, March 17, 2016

Proposal Submittal Date: Thursday, April 7, 2016

Project Location:

900 and 901 Bagby Street

Project Manager:

Gilberto Lopez

Phone Number (832) 393-8122

Estimated Construction Budget: $ 2,200,000.00

Pre-submittal Meeting: Tuesday, March 1, 2016 at 3:00 p.m.

City Hall Annex, 900 Bagby St., 2nd Floor

Pre-proposal Meeting: Tuesday March 29, 2016 at 9:30 a.m.

City Hall Annex, 900 Bagby St., 2nd Floor

The City of Houston intends to utilize the Construction Manager at Risk process as autho-

rized in Chapter 2267, Texas Government Code for the above procurement.

The Contractor will be selected in a two-step process. In step one; the Proposer’s SOQ

will be ranked based on the criteria set out in RFQ/RFP. After reviewing the Proposers’ quali-

fications, the City will finalize the rankings. The City may short-list the Proposers that will

participate in step two. The City will notify the short-listed Proposers and require they submit

a proposal in accordance with the RFQ/RFP.

SOQ and Proposals will be accepted until 10:30 a.m., local time on the respective date(s)

shown above. SOQs and/or Proposals received after that time will not be accepted. SOQs and

Proposals 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 SOQ or 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).

Request for bid documents and drawings should be sent to Humberto.Bautista@hous-

tontx.gov. Addenda will be distributed at no cost to those who are registered plan holders

with the City.This procurement is subject to “Hire Houston First” as set out in Chapter 15, Article XI,

City Code. It is unlawful for any Contractor to contribute or offer any contribution to a can-

didate 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 pro-

visions (Chapter 15, Article II, City Code), Pay or Play Program (Executive Order 1-7 and Or-

dinance 2007-0534), and the Minority, Women, Persons with Disabilities and Small Business

Enterprise requirements (Chapter 15, Articles V and VI, City Code and Executive Order 1-2).

Dated: (Publish Friday 02/26/2016 and 03/04/2016)

Anna Russell, City Secretary

INVITATION TO BID

Sealed bids, in duplicate will be received by CC Telge Road, L.P., on behalf of Harris

County Municipal Utility District No. 416 at the office of the Engineer for the Developer,

EHRA, 10555 Westoffice Drive, Houston, Texas until 3:00 p.m., Tuesday, March 15, 2016,

at which time all bids will be publicly opened and read for the construction of the project:

HARRIS COUNTY MUNICIPAL UTILITY DISTRICT NO. 416

WILLOWCREEK RANCH NORTH DETENTION BASIN, PHASE ONE

PROJECT NO. 081-007-00-35 DST (I)

A mandatory Pre-Bid Conference will be held on Tuesday, March 8, 2016 at 3:00 p.m. at

the office of the Engineer for the Developer, EHRA, 10555 Westoffice Drive, Houston, Texas.

Project consists of clearing and grubbing of approximately 15 acres; excavation of approxi-

mately 75,000 CY of earthen material to be placed, graded and compacted on-site; and instal-

lation of approximately 915 LF of 30”-60” RCP storm sewer. The project site is located on

Harris County Key Map No. 287-Z.

The above described construction will be performed in accordance with plans and speci-

fications and any addenda thereto which may be issued prior to the opening of bids. Plans,

specifications and bid documents may be viewed and downloaded free of charge or the option

to purchase hard copies on the CivCastUSA Website (www.CivCastUSA.com). Documents

are also available for review at the office of the Engineer or Houston area plan rooms.

Each Bid must be accompanied by a Certified or Cashier’s Check, from a responsible bank

in the State of Texas, or a Bid Bond, issued by a surety legally authorized to do business in the

State of Texas, equal to five percent (5%) of the total bid amount.  Make the Cashier’s Check,

Certified Check or Bid Bond payable to the Owner.

The Owner reserves the right to reject any or all bids or to accept any bid deemed advanta-

geous to it and waive informalities in bidding. All bids received after the closing time above

designated will be returned unopened.

CAUSE NO: 2015-02900CITATION BY PUBLICATION

THE STATE OF TEXASCOUNTY OF Harris

TO HATHAWAY, DARRELLAND TO ALL WHOM IT MAY CONCERN, RESPONDENT(S)

You have been sued. You may employ an attorney. If You or your attorney do not file a writ-

ten answer with the Clerk who issued this citation by 10:00 a.m. on the Monday next follow-

ing the expiration of 42 days after you were served this citation and ORIGINAL PETITION,

a default judgment may be taken against you. The Petition of ROGERS, TIMOTHY AND

ROGERS, LEONI Petitioner, was filed in the 311TH District Court of Harris County, Texas,

on the 19TH day of JANUARY, 2015. Against Respondent, HATHAWAY, DARRELL, num-

bered, 2015-02900 and entitled “In the Interest of “ BRAXTON GARCIA HATHAWAY, A

child (or children). The suit requests ORIGINAL PETITION FOR TERMINATION AND

ADOPTION OF STEPCHILD. The date and place of birth of the child (children) who is

(are) subject of the suit BRAXTON GARCIA HATHAWAY MALE; 12/24/1999;

“THE COURT HAS AUTHORITY IN THIS SUIT TO ENTER ANY JUDGMENT

OR DECREE IN THE CHILD’S (CHILDREN’S) INTEREST WHICH WILL BE BIND-

ING UPON YOU INCLUDING THE TERMINATION OF THE PARENT-CHILD RE-

LATIONSHIP, THE DETERMINATION OF PATERNITY AND THE APPOINTMENT

OF A CONSERVATOR WITH AUTHORITY TO CONSENT TO THE CHILD’S

(CHILDREN’S) ADOPTION.”ISSUED AND GIVEN UNDER MY HAND AND SEAL OF SAID COURT AT

HOUSTON TEXAS ON THIS THE 06TH Day of JANUARY, 2015.

CHRIS DANIEL,DISTRICT CLERKHarris County, Texas201 Caroline, Houston, TX 77002

PO Box 4651 Houston, TX 77210

KATHERINE CANTU, Deputy

LEGALSLEGALSLEGALSLEGALSLEGALS

ADVERTISEMENT FOR BIDSCITY OF HOUSTON

The City Secretary for City of Houston will receive bids at 900 Bagby, Room P101, Houston,

Texas for the following Department of Public Works and Engineering project[s]:Garden Oaks and Shepherd Park (Central) Drainage

and PavingM-000285-0001-4March 24, 2016The project is generally bound by Ella Boulevard on the

west, N. Shepherd Drive on the east, Janisch Road on

owned Business Enterprise (MWBE) Procedures. Low Bidder will be required to make good

faith efforts to achieve a MWBE participation goal as stated in Document 00800 – Supple-

mentary Conditions. The goals for this project are as follows: MBE 12.0% and WBE 8.0%.

For Project M-000285-0001-4, R-000265-0142-4, S-000701-0039-4, N-000400-0001-

4, R-000265-0103-4 and R-002013-0041-4, bidders shall comply with City Ordinance

2013-0428, Chapter 15, Article V, City of Houston Code of Ordinances, as amended, and

LEGALS

1. 11833 VM LLC 2. 2000 North Loop, LP 3. 218 West Richey Road Investments

4. 5 Twenty-Nine Commerce Park Association

5. 6.02 Limited 6. 7807 Fairview LLC 7. A & A Cable Contractors, Inc

8. A.R.C. Ltd., Inc. 9. A-1 Discount Storage

10. ABBA Oil LLC. 11. Accelerated Production Systems, Inc.

12. Adamoli, James R. 13. Adams, Frank D.

14. Adkisson Group 15. Agrohansa, Inc. 16. Aguilar, Carlos 17. Aguilera Sr., Jose V. 18. Ahlulbayt Foundation of America

19. Ahmadi, Francois 20. Ahmed, Saeed 21. Alanis Luz Dary 22. Aldaba, Jose 23. Aldaba, Jose E 24. Ali, Syed M. 25. Alief Independent School

26. All American Auto Parts 27. All American Mechanical

28. Alliance Automotive 29. Allied Stone, Inc.

30. Allied Tube & Conduit Corp.

31. Alloy & Stainless Fasteners, Inc.

32. All-Quip Rental Centers, Inc.

33. Allstate Brick Company 34. American Materials

35. American Pools of Houston 36. AmeriCo Energy Resources, LLC

37. Ameriturn Corp. 38. Amezquita, Ramiro

39. Amtex Machine Products 40. An Binh Plaza 41. Anderson Landscape & Nursery Inc.

42. Andrews, Molly 43. Antex Roofing Company Inc.

44. Apache Cherokee Investments, LLC

45. Applied Machinery Corporation

46. Armas, Benito 47. Ashco Investments, LLC 48. Atlantic Leasing PS Ltd.

49. Atlas Foundation Repair 50. Atnam Company, Inc.

51. AXON Energy Products 52. Ayala, Carlos 53. B & H Storage 54. B.J.H. Holding Inc.

55. Babcock Properties 56. Babson Belgold Property, LLC

57. Baig, Mirza Q A & 58. Baker, Robert 59. Ballosh, Irene 60. Ballowe, Jimmy W.

61. Bamsch Enterprises International, Ltd.

62. Bane Jr., W. L. 63. Banrich 64. Barajas, Alfonso 65. Barchild 66. Barley Lane Business Park 67. Barnier Building Systems, Inc.

68. Barrera, Lidia Cerda 69. Batterson Truck & Equipment

70. Baumgartner, Gregory S. 71. Baumgartner, Mike

72. Bearden Management Incorporated

73. Beckner, Chuck 74. Benfer, James 75. Benitez, Julio 76. Benjamin, Millard L. 77. Best, Ralph 78. Big Leroy's Auto Parts

79. Billipp, J.A. 80. Bills, Edward Allen 81. Blair, Gregory T., Inc.

82. Boeker, Scott 83. Bohien Real Estate Investments, LLC

84. Botello Builders Corporation

85. Bouchard, Mark & Pam 86. Bouldin Ventures IV, LLC

87. Bourgeois, Calvin D. 88. Brantley, Ward & Alfredia

89. Brazo Sign Company 90. Brogdon, Roger 91. Brownfield, Diana

92. Bruegging Company, The 93. Buddy Holdings, LP

94. Budget Transmission 95. Bulk Material Equipment Inc

96. Buruca, Argentina & Lucio A.

97. C & D Charles ST, LTD 98. C.R.E.I. Shaddai Church

99. CAJ LLC 100. CAM Cleaning Service 101. Carrs General Contracting

102. Carter, Mike 103. CB Fairview, Ltd 104. CCI Manufacturing Inc.

105. CCM Real Estate, LLC 106. CEE-San Machine & Fabrication

107. CEG Investments LLC 108. Centerline Capital Group

109. Central Bank 110. Central Harris County Regional Water

Authority 111. Centro Cristiano El Amor De Cristo

112. Cepeda, Carlos A. 113. Cepeda, Jose 114. Chalet Enterprises, Inc.

115. Champion Tire & Auto 116. Chapa, Alonzo 117. Charlie Auto Service

118. Chaudhary Foundation, Younas & Bushra

119. Chavez, Jesus M. & MAL 120. Chavez, Leo 121. Chavez, Marco 122. Cherry Crushed Concrete

123. Chimney Hill M.U.D. 124. Christian Bros. Automotive

125. Christie, James 126. Circle B Corrosion Technologies

127. CM Fab, Inc. 128. Commercial Properties 129. Community Trust Bank

130. Compactor Connections, LLC

131. Comunidad Cristiana Sobre La Roca

132. Contreras, Jorge A. 133. Copeland, Jeff 134. Corporacion Evangelica Rios de Agua Viva

135. Cossey, Dale 136. Crosby Freeway, LP 137. Cruz, Francisco 138. Cruz, Luciano & Sara

139. Cube HHF Limited Partnership

140. Cuevas, Manuel 141. Custom Floors Unlimited, Inc.

142. Cutting Source Precision, Inc.

143. Cypress Business Park, Inc.

144. Dad's Club Swim Team, Inc.

145. Dalton Investments - Deer Trail

146. Dao, Tony 147. De Leon, Pedro 148. DeBartolo Copperfield Partners, Ltd.

149. Deere Landscape, John 150. Degan, John & Laura

151. Delta Screens & Filtration 152. Dempsey, Richard

153. Diamont, Gene & Pam 154. Diaz, Alfonso 155. Dinh, Vincent 156. Discovery Partners LLC

157. Discovery Ventures, LLC 158. District Council 88

159. Diversified Thermal, Inc. 160. Dixie Foundation Drilling Co.

161. Dixon, Tom 162. DKBATT Properties, Inc. 163. Do, Nga T. 164. Doan Jr., Ronald B.

165. Doan, David 166. Doan, Haivan 167. Doan, Susan 168. Dodd, Robert L 169. Dorriety ,Carl 170. Dowling, Gary 171. Dufour, Maurice 172. Duron Systems Inc

173. Dynamic Glass Company 174. Edmonds III, Garfield J.

175. Elizondo Mobile Home Park

176. Elizondo, Joel 177. Ellisor Investments, Ltd. 178. EMCO Wheaton, Gardner Denver

179. Emery Grace Properties, Ltd.

180. Espinosa, Bertha C. 181. Ethans Glen Community Association

182. Express Concrete 183. Fairview Equity Holdings LLC

184. Fairview Gardens Developments. LLC

185. Falcon Electric, Inc. 186. Festive Tents LP 187. Fitcher Designs, LLC

188. Flagship Logistics, LLC 189. Flores, Petronilo

190. Four Seasons Business Park

191. Four Seasons Business Park I, LLC.

192. Franco, Efrain 193. Fraser Managed Properties, LLC

194. Frenko, LLC 195. Friedman, David

196. FS Clay LLC 197. Full Learning An Academy of Houston

198. Garcia, Brenda 199. Garcia, Leonel 200. Garcia, Maria D. 201. Garcia, Terry A.

202. Garza, Manuel 203. GBAAK Leasing, LLC 204. Geaccone, Donald

205. Gecko Holdings 206. General Electric

207. General Storage 208. German, Manolito C.

209. Gessner Trust 210. Giannakopoulos, Steve 211. Gil, Jorge 212. Girard Industries

213. Gleannloch Safe Storage LLC

214. Global Compressor, LP 215. Global New Millennium Partners, LP

216. Gloria Dei Lutheran Church

217. Golden Tee Golf Driving Range

218. Gonzales, Jr., Raymond 219. Gonzales, Sergio & Maria

220. Gonzalez, Efrain 221. Gonzalez, Miguel A.

222. Gonzalez, Silvino 223. Grace Romanian Pentecostal Church

224. Green Bee Lawn Care, LLC

225. Greenwood Forest 226. Gregg, Steve R 227. Gregg, Stuart 228. Grizzly Management

229. GSL Partners SUB One, LP

230. GTM Real Estate Partners 231. Guardian 15215 Blue Ash dba Park Trails Apts.

232. Guerra, Baltazar 233. Guevara, Carlos

234. Gulbrandsen Technologies, Inc.

235. Gulshan Enterprises, Inc. 236. Gurdwara NaNaksar Temple

237. Guthrie, John & Kay L. 238. H & M Leasing, Inc.

239. H6 Wright LP 240. Hal Investments 241. Hamilton Precision Assembly

242. Hamrah, LLC 243. Handi Stop 89 244. Hardscape, Inc. 245. Harms Rd. Development Group LP

246. Harnix Corporation 247. Harris Co. M.U.D. 23

248. Harris Co. M.U.D. 6 249. Harris Co. M.U.D. No. 537

250. Harris County MUD 5 251. Hassam, Shamshudin Mehdi

252. Hassell Construction Co., Inc.

253. Hattab, Walid 254. Heine, Jim C. 255. Hermes, Scott & Leslye 256. Hernandez, Espiridion

257. Hernandez, Guadalupe J. 258. Hernandez, Santos

259. Hernandez, Virgilio 260. Herrera, Araceli

261. Herrera, Juan 262. HH Oil Tools, Inc. 263. HiCare Computers Inc

264. Higareda, Francisco & Juan

265. High Tech Machine 266. Hinojosa, Sergio

267. Hispanic Imports Corporation

268. HNH Properties 269. Hoa, Bui 270. Hoang, Tuan 271. Hocker, Inc 272. Hogue Jr., Shell D.

273. Houchins, John F. 274. Houston Apostolate of the Priestly Fraternity

of St. Peter aka Regina Caeli Parish

275. Houston Cao Dai Temple 276. Houston Christian High School

277. Houston Development Group, LLC

278. Houston Durga Bari Society

279. Houston First Church of God

280. Houston Garden Center (Taco Downs)

281. Houston Gunite, Inc. 282. Houston Investment Group

283. Houston Mini Storage #7 284. Houston School of Morals & Ethics

285. Houston Vietnamese Christian Church

286. HRD Interests, LLC 287. Hubco Inc. 288. Hudson & Hudson

289. Hudspeth, Marie 290. Hughes, Mark D.

291. Hybas International, LLC

292. I S G H Funeral Services 293. Ideal Plumbing 294. Iglesia Bautista Divina Trinidad

295. Iglesia Bautista Libertad 296. Iglesia Cristiana Sobre la Roca

297. Iglesia Evangelica Cristiana Espiritual

298. Iglesia Trinidad Church 299. Iglesias Machine Shop

300. Iglesias, Manuel A. 301. Industrial Piping Specialist, Inc.

302. Industrial TX Corp 303. Inrock Land Holdings, Ltd.

304. Insteel Wire Products Company

305. Insurance & Investments of Texas, Inc.

306. Integrated Molding Solutions, Inc.

307. Interior Fabrics 308. Intsel Steel Dist. 309. ISBI San Paloma, LLC

310. Islamic Society Of Greater Houston

311. Ivey, James 312. Ivy Club Apartments 313. J.T. Fencing Co.

314. Jackrabbit Office 315. JB Irrigation 316. JEN Roofing 317. Jeng, Norman 318. JJL Greenhouses

319. JM Perez Properties LLC 320. Johnson & Johnson Holdings, LLC

321. Jones & Trail Ridge, Ltd. 322. Jones Court 323. JR Manufacturing, LP

324. K. Equities, Ltd. 325. Kaiser Plumbing, LLC

326. Kaltenbrun Property, LLC 327. Karma Structures

328. Kensinger, Phil 329. Kent, James Alan 330. Keyko Street Holdings, LLC

331. Keys, Marie 332. Khanh, Duong 333. Kien, Sam 334. Killough Body Shop 335. Kim Tran Corporation

336. Kim, Jeong Pil 337. King, Dan 338. Kirtley Family Ltd. Partnership

339. Kirtley, Thurman 340. KMEC 341. Knight Fishing Services

342. Knight Oil Tools 343. Koch Heat Transfer Company, LP

344. Kossow, Michael E. 345. Kraft, Karen 346. Krzesienski, Louis & Wynona

347. Kurtin, Tim 348. L.F.R. Investments, LLC 349. L.K. Partners 350. Lam, Phoung Thi

351. Lamberth, David 352. Lance, Jerry & Snyder, Terrance E.

353. Larco, Alejandro 354. Large, Tom 355. Lark Heat Treating

356. Laser Welding Solutions, LLC

357. Lauder, Jimmy 358. LD Lee Enterprise, LLC 359. Leal, Emilio 360. Leal, Luis C 361. Ledezma, Arturo

362. Lee Martin Automotive, Inc

363. Leeco Steel, LLC 364. Lege, Douglas and Sherilyn

365. LETCO Group LLC 366. Letco/ Living Earth

367. Lim, Chivar 368. Lindsey, Helene 369. Linh Son Buddhist Temple

370. Living Earth 371. LKQ Auto Parts of South Texas

372. Loadmaster 373. Lockwood International 374. Loera, Rene 375. Lone Star Disposal LP

376. Lone Star RV Sales, Inc. 377. Lonestar Corrosion Services, Inc.

378. Loop Realty LLC 379. Lopez, Celso & Martha

380. Lopez, Humberto 381. Lower, Don 382. LPR Leasing, Ltd.

383. Luna, Marcos 384. Lupe's Landscape & Maintenance

385. Luu, Bruce T. 386. Lyons Revocable Living Trust, Charles L.

& Loanna 387. M. J. Sheridan of Texas, Inc.

388. Maciejeski, Nancy

389. Mackenzie, Barbara 390. Madden, Brian, David & Kevin

391. Mai, Trang 392. Mann, Piara S. 393. Mantra Properties, Inc. 394. Martinez, Lorenzo & Florencia

395. Martir, Jessica 396. Martiz Group Painting, Inc.

397. Mary Immaculate Preschool

398. Maverick Tube, LLC dba Texas ARAI

399. McCall, Thomas A. 400. McCurdy, Paul 401. Mehrinfar, Hameed

402. Mekeel, Mark 403. Melendez, Samuel 404. Melgar, Juan Jose

405. Mendoza, Miguel 406. Metlock,Deborah

407. Mills Road Baptist Church 408. Mills, Charles 409. Milsob Properties, LP

410. Miranda, Julio C. 411. Mission INDEV, LLC

412. MJB & Assoc. 413. MJP Tile & Coping Inc. 414. ML Cruze Investments, LP

415. MLT Investments 416. MMM Motersports

417. MN & P, Architects, Engineers and

Planners, LLC 418. Molina, Mellanie 419. Montalvo, Santos

420. Mor/Mon Investments 421. Morales, Jose M.

422. Mousa, Chayn 423. Mr. Brick of Houston 424. MRIL Management, LP

425. Mueller Water Conditioning Inc.

426. Mueller, David W. 427. Mulligans & More

428. Mullins Property Company

429. Murphy Shppg. & Comm. Svcs., Inc.

430. My Storage 431. Myers, Norma 432. Myrmidon Corp. 433. Nagi, C. S. 434. NCI Building Systems, LP

435. Needham, Susan 436. Nelson, H. Steven

437. New Life Church 438. N-FAB Inc. 439. Ngo Dang Investment

440. Nguyen, Anderson 441. Nguyen, Christopher

442. Nguyen, Hien 443. Nguyen, Son Vu 444. Nguyen, Vickie D.

445. NK VII Partners-Sam Hou Tech Park

446. North American Galvanizing Co.

447. Northland Christian School

448. NPO 1495, LP 449. NW Pest Patrol 450. Oceaneering International, Inc.

451. Ochoa, Maria 452. Office West Realty Company

453. Ornelas, Crescencia 454. Orozco, Mario 455. Ortiz, Hector 456. Our Lady of Lavang Catholic Church

457. Our Lady of Lourdes Catholic Church

458. Panel-Tech, Inc. 459. Parker Hannifin- Tube Fittings Divsion

460. Patterson Rental Tools 461. Pe Ben USA, Inc.

462. Peebles, Guinette 463. Per Print Properties, LLC

464. Perez, Tom 465. Petroleum Oil Tools, Inc. 466. Pham, Diane S & Pham Luc Dac

467. Phillps, Charles 468. Pick A Part 469. Pickens, Willie 470. PMM Trust 471. Potco Inc. 472. Powertherm 473. Precision Truck Repair

474. Prestige Auto Center 475. Prieto, Phillip 476. Prince Signs, LLC

477. Products Fabrication, Inc. 478. Proske, Louise E.

479. Pulaski, Todd 480. Pullen, Cory 481. Quality Turbocharger Components

482. Quesada, Rebecca 483. Qui Ton, Dharma

484. Quick Connectors Inc. 485. R. Slater Enterprises, LLC

Harris-Galveston Subsidence District

1660 West Bay Area Blvd.Friendswood, Texas 77546-2640

www.subsidence.org

Phone: (281) 486-1105 Fax: (281) 218-3700

NOTICE OF HEARING3/8/2016

NOTICE IS HEREBY GIVEN to all county and municipal governments and to all interested persons within the Harris and Galveston Counties: That the Board of Directors of the Harris-Galveston Subsidence District will hold hearings on applications for new well permits and for renewal or

amendment of existing permits or requests to reconsider denial of well registrations submitted by the below listed parties, on Mar 8, 2016, beginning at 9:00 a.m., at the office of the Harris-Galveston Subsidence District, 1660 West Bay Area Blvd., Friendswood, Harris County, Texas.

NOTICE is hereby specifically given to:

46

HOUSTON BUSINESS JOURNAL

FEBRUARY 26-MARCH 3, 2016

Project Manager: Estimated Construction Cost: $17,969,716.00

Prebid Meeting:

Project Name: WBS Number: Bid Date: Project Location: Project Manager: Estimated Budget Amount:

Prebid Meeting: Project Name: WBS Number: Bid Date: Project Location:

Project Manager: Estimated Construction Cost: $980,000.00

Prebid Meeting:

Project Name: WBS Number: Bid Date: Project Location:

Project Manager: Estimated Construction Cost: $18,936,899.00

Prebid Meeting:

Project Name: WBS Number: Bid Date: Project Location: Project Manager:

The project is generally bound by Ella Boulevard on the

west, N. Shepherd Drive on the east, Janisch Road on

the north and Judiway Street on the south.

Jeffrey T. Hall, P.E Phone Number (832) 395-2325

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 En-

terprise (MWSBE) Procedures. The Lowest Responsible Bidder will be required to dem-

onstrate 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

1. 11833 VM LLC 2. 2000 North Loop, LP 3. 218 West Richey Road Investments

4. 5 Twenty-Nine Commerce Park Association

5. 6.02 Limited 6. 7807 Fairview LLC 7. A & A Cable Contractors, Inc

8. A.R.C. Ltd., Inc. 9. A-1 Discount Storage

10. ABBA Oil LLC.

99. CAJ LLC 100. CAM Cleaning Service 101. Carrs General Contracting

102. Carter, Mike 103. CB Fairview, Ltd 104. CCI Manufacturing Inc.

105. CCM Real Estate, LLC 106. CEE-San Machine & Fabrication

107. CEG Investments LLC 108. Centerline Capital Group

NOTICE IS HEREBY GIVEN to all county and municipal governments and to all interested persons within the Harris and Galveston Counties: That the Board of Directors of the Harris-Galveston Subsidence District will hold hearings on applications for new well permits and for renewal or

amendment of existing permits or requests to reconsider denial of well registrations submitted by the below listed parties, on

NOTICE is hereby specifically given to:

LEGALS

NOTICE TO BIDDERS

Hire Houston First Program – These procurements are subject to the Hire Houston First

Program, which gives a preference to certain local bidders in award of the procurements. For

more information, go to:

http://www.houstontx.gov/obo/hirehoustonfirst.html.

All interested parties are encouraged to attend any scheduled pre-bid and/or pre-proposal

conference(s). Unless other wise specified, all conference(s) will be held at 901 Bagby, Hous-

ton, TX 77002 in the basement of City Hall. 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

https://purchasing.houstontx.gov/. Downloading these documents will ensure all interested

parties will automatically receive any updates via e-mail. Interested parties can call (832) 393-

8762 for additional information.

RFP DUE – March 24, 2016

Financial Advisory for the City of Houston’s Finance Department

RFP No. S33-T25656 – 24% MWBE Goal

FEBRUARY 26-MARCH 3, 2016

HOUSTON BUSINESS JOURNAL

45

NOTICE TO BIDDERS

Hire Houston First Program – These procurements are subject to the Hire Houston First

Program, which gives a preference to certain local bidders in award of the procurements. For

more information, go to:

http://www.houstontx.gov/obo/hirehoustonfirst.html.

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, Public Level, at 11:00 A. M.

All interested parties are encouraged to attend any scheduled pre-bid and/or pre-proposal

conference(s). Unless other wise specified, all conference(s) will be held at 901 Bagby, Hous-

ton, TX 77002 in the basement of City Hall. 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 https://purchasing.houstontx.gov/. Downloading these documents will ensure all inter-

ested parties will automatically receive any updates via e-mail. Interested parties can call (832)

393-8762 for additional information.

BIDS DUE – March 17, 2016

Sales and Use Tax Audit for City of Houston’s Finance Department, S66-T25698 –

5% MWBE Goal - Pre-Bid Conference will be held on Thursday, February 25, 2016

at 2:00 PM at 901 Bagby, SPD Conference Room 2.BIDS DUE – March 10, 2016

Caterpillar Replacement Parts & Repair Services for City of Houston’s Fleet Manage-

ment Department, S40-S25703 – 0% MWBE Goal – a Pre-Bid Conference will not

be held for this procurement.\

PUBLIC BID NOTICE

Sealed bids in duplicate will be received by Harris County Municipal Utility District No.

24 in the office of the District, 17035 Deer Creek Drive, Spring, TX 77379 between 6:15

p.m. and 6:30 p.m. on Wednesday, March 16, 2016. All bids will be publicly opened and

read aloud at 6:30 p.m. in the office of the District, 17035 Deer Creek Drive, Spring TX

77379 on March 16, 2016 for the following improvements in Harris County Municipal Util-

ity District No. 24:

PROPOSED ADMIN BLDG PARKING LOT EXPANSION

HARRIS COUNTY MUNICIPAL UTILITY DISTRICT NO. 24

The scope of the project includes: expansion of existing concrete parking lot with approxi-

mately 650 SY of concrete paving.Bid Documents may be examined without charge in the offices of the Engineer, Eby Engi-

neers, Inc. at 1814 De Milo, Houston, TX 77018 or may be obtained upon deposit of sixty

dollars ($60.00) for each set, which is non-refundable. For questions, call 713-957-0788.

A non-mandatory pre-bid conference will be held at the offices of the Engineer, Eby En-

gineers, Inc. at 1814 De Milo Drive, Houston, TX 77018 on Wednesday, March 2, 2016 at

10:00 a.m.A Cashier’s Check, Certified Check, or bid bond payable to Harris County Municipal

Utility District No. 24 in the amount of not less than five percent (5%) of the bid submitted,

as outlined in the Contract Documents, must accompany the bid.

The successful bidder receiving Contract awards must furnish Performance and Payment

Bonds in the amount of one hundred percent (100%) each of the total Contract price. The

successful bidder must also furnish a maintenance bond which shall guarantee all work em-

braced by the Contract against defective workmanship and materials for a period of one (1)

year. Each such bond shall be executed by a corporate surety authorized to do business in the

State of Texas.The Owner reserves the right to reject any and all bids and waive bidding informalities.

Those bids deemed most advantageous to the Owner will be considered for the award of a

Contract.

INVITATION TO BIDDERS

Sealed bids, addressed to White Construction Company, 10497 Town & Country Way,

Suite 420, Houston, Texas, 77024, are being solicited for Package Two, Bernard G. Johnson

Coliseum Renovation, Sam Houston State University, Huntsville, Texas, 77340, until 2:00

P.M., local time, Friday, February 26, 2016.Scope of Work: Package Two, shall include, but not be limited to:

Selective DemolitionConcreteMetals Finishes Special Construction

ElectricalA Pre-Bid meeting, for selected trades, will be held at Sam Houston State University on

Friday, February 19. Time and location to be determined (by Revision To Bidders).

Interested parties contact:INSTRUCTION TO BIDDERS

Tandy KatsaboulasWhite Construction [email protected] PROJECT INFORMATION

Gene LuppoldWhite Construction [email protected]

NOTICE TO BIDDERS

Sealed bids, in duplicate, addressed to LGI Homes – Texas, LLC for Harris County Mu-

nicipal Utility District No. 26, will be received at the office of the Engineer, Pape-Dawson En-

gineers, Inc., 10333 Richmond Ave., Suite 900, Houston, Texas 77042, Phone 713-428-2400

(ext. 810) until 2:00 PM, local time, Tuesday, March 8, 2016 and then publically opened and

read for the construction of the following project: “CONSTRUCTION OF WATER AND DRAINAGE FACILITIES FOR

DEERBROOK ESTATES SEC 11”

PROJECT NO. 40092-20

Scope of Work of the Contract includes:1. Approx. 245 LF of 12-inch waterline and all appurtenances.

2. Approx. 390 LF of 9-foot by 6-foot Reinforced Concrete Box and all appurtenances.

A mandatory pre-bid conference will be held at 2:00 PM, local time, Tuesday, March 1,

2016 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

Jordan Konesheck 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.

INVITATION TO BID

Sealed bids in duplicate addressed to West Harris County Municipal Utility District No.

2 will be received until 10:00 a.m., Friday, March 4, 2016 in the offices of Jones & Carter,

Inc., 6330 West Loop South, Suite 150, Bellaire, Texas 77401 and then publicly opened and

read for furnishing all labor, material and equipment and performing all work required for the

construction of:

FRANZ ROAD WATERLINE

The project is located near the intersection of Franz Road and The Grand Parkway (Harris

County Key Map 445-Q). The project includes, but not limited to, approximately 1,200 linear

feet of 12-inch waterline by open cut methods, 313 linear feet of 12-inch (12”) waterline by

trenchless construction method, 145 linear feet of 12-inch (12”) waterline by trenchless con-

struction with 24-inch (24”) steel casing, and all related items of work.

For construction contracts $50,000 and over but less than $250,000, the bidder shall sub-

mit a certified or cashier’s check on a responsible bank in the State equal to two percent (2%)

cashier’s check or five percent (5%) bid bond of the maximum total bid amount. For con-

struction contracts over $250,000, the bidder shall submit either a two percent 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 are available at www.civcastusa.com. Search

for “WHCMUD No. 2 Franz Road Waterline”. Said documents may be examined without

charge in the office of Jones & Carter, Inc., 6330 West Loop South, Houston, Texas 77401.

There will be a pre-bid conference in the offices of Jones & Carter, Inc., 6330 West Loop

South, Houston, Texas 77401 at 10:00 a.m., Tuesday, March 1, 2016. Attendance is not

MandatoryThe 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.

INVITATION TO BIDDERS

Sealed Bids, in duplicate, addressed to Harris County MUD No. 82, will be received at the

office of Van De Wiele & Vogler, Inc., 2925 Briarpark, Suite 275, Houston, Texas 77042, until

Friday, March 11 at 9:30 a.m. (Local Time) and then publicly opened and read.

Scope of Work of the Contract includes the:CLEARING AND GRUBBING TO SERVE

BRECKENRIDGE FOREST, SECTIONS 11 AND 13

WITHIN HARRIS COUNTY MUNICIPAL UTILITY DISTRICT NO. 82

HARRIS COUNTY, TEXAS

VDW&V PROJECT NO.: 05911-011-1-CLG

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 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:

Copies of the bidding documents may be obtained from www.CivcastUSA.com: search

05911-011-1-CLG. Bidders must register on this website in order to view and/or download

specifications, plans, soils report and environmental reports for this project. There is NO

charge to view or download documents.

The Owner reserves the right to reject any or all Bids and to waive all defects and irregulari-

ties in bidding or bidding process except time of submitting a Bid. The Successful Bidder, if

any, will be the responsible Bidder which in the Board’s judgment will be most advantageous to

the District and result in the best and most economical completion of the Project.

INVITATION TO BIDDERS

Sealed Bids, in duplicate, addressed to Cimarron Municipal Utility District will be received

at the office of Van De Wiele & Vogler, Inc., 2925 Briarpark, Suite 275, Houston, Texas

77042 until Friday, March 11 at 10:00 a.m., Local Time, and then publicly opened and read.

Scope of Work of the Contract includes the:KINGSLAND LANDSCAPING IMPROVEMENTS PHASE II

WITHIN CIMARRON MUNICIPAL UTILITY DISTRICT

HARRIS COUNTY, TEXAS

VDW&V PROJECT NO.: 14300-861-2-OTH

Bids received after the closing time will be returned unopened. A MANDATORY pre-bid

conference will be held on March 3, 2016 at 10:00 a.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

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:

Copies of the bidding documents may be obtained from www.CivcastUSA.com: search

14300-861-2-OTH. Bidders must register on this website in order to view and/or download

specifications, plans, soils report and environmental reports for this project. There is NO

charge to view or download documents.

The Owner reserves the right to reject any or all Bids and to waive all defects and irregulari-

ties in bidding or bidding process except time of submitting a Bid. The Successful Bidder, if

any, will be the responsible Bidder which in the Board’s judgment will be most advantageous to

the District and result in the best and most economical completion of the Project.

INVITATION TO BIDDERS

Sealed bids addressed to Bridgeland Development, LP on behalf of Harris County Mu-

nicipal 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 March 23,

2016, 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 Regional

Lift Station No. 2 Expansion and Bridgeland Wastewater Treatment Plant 30-inch Force

Main Extension.”Scope of Project:1. Partial Demolition of Existing HCMUD No. 418 Regional Lift Station No.2.

2. Construction of HCMUD No. 418 Regional Lift Station No. 2 Expansion including

pumps, force main, site improvements, controls, electrical, and appurtenances.

3. Approx. 560 LF of 30-inch Force Main

4. Approx. 160 LF of 20-inch Force Main

5. Approx. 145 LF of 12-inch Force Main

6. Modifications to existing drum screen at HCMUD 418 WWTP

A MANDATORY pre-bid conference will be held in the office of Bridgeland Develop-

ment, LP, 23720 House Hahl Road, Cypress, TX 77433 on Thursday, March 10, 2016, at

3:00 p.m.Plans, specifications and bid documents are available at www.civcastusa.com; search

3215-00.A cashier’s check or bid bond in the amount of 5% of the total bid amount must accom-

pany each bid. The successful bidder will be required to provide a performance bond, a pay-

ment bond and a maintenance bond as provided for in the bid documents, for the full amount

of the contract. The Owner reserves the right to reject any or all bids.

NOTICE TO BIDDERS

Hire Houston First Program – These procurements are subject to the Hire Houston First

Program, which gives a preference to certain local bidders in award of the procurements. For

more information, go to:

http://www.houstontx.gov/obo/hirehoustonfirst.html.

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, Public Level, at 11:00 A. M.

All interested parties are encouraged to attend any scheduled pre-bid and/or pre-proposal

conference(s). Unless other wise specified, all conference(s) will be held at 901 Bagby, Hous-

ton, TX 77002 in the basement of City Hall. 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 https://purchasing.houstontx.gov/. Downloading these documents will ensure all inter-

ested parties will automatically receive any updates via e-mail. Interested parties can call (832)

393-8762 for additional information.

BIDS DUE – March 24, 2016

Spheres, Reflective Glass Beads for City of Houston’s Airport System, S06-S25627 – 0%

MWBE Goal - Pre-Bid Conference will be held on Tuesday, March 08, 2016 at 1:30 PM

at 901 Bagby, SPD Conference Room 2.BIDS DUE – March 31, 2016

Parts Immersion Cleaning Services for City of Houston’s Various Departments, S74-

L25655 – 11% MWBE Goal - Pre-Bid Conference will be held on Wednesday, March

09, 2016 at 10:30 AM at 901 Bagby, SPD Conference Room 2.

INVITATION TO BIDDERS

Sealed Bids, in duplicate, addressed to Hobby Area Management District will be received

at the office of Clark Condon Associates at 10401 Stella Link Rd, Houston, Texas 77025

at the front desk, until 2:00 p.m. Local Time, Tuesday March 29, 2016, and then publicly

opened and read for “Broadway Street Landscape Improvement Project” for Hobby Area

Management District.Scope of Work of the Contract includes landscape improvements ranging from planting,

irrigation, hardscape pavers, decomposed granite, landscape lighting and street light founda-

tions.Bids received after the closing time will be returned unopened. A MANDATORY pre-bid

conference will be held on Tuesday March 8, 2016 at 2:00 p.m. Local Time, at the office of

Clark Condon Associates at 10401 Stella Link Rd, Houston, Texas 77025. 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 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 of notice of award.

Copies of the specifications, drawings and other contract documents are available at the

office of Landscape Architect, Clark Condon 10401 Stella Link Rd Houston, TX 77025, for a

nonrefundable $75.00 fee. Please call, 713-871-1414, for availability prior to pick-up.

The Owner reserves the right to reject any or all Bids and to waive all defects and irregulari-

ties in bidding or bidding process except time of submitting a Bid. The Successful Bidder, if

any, will be the responsible Bidder which in the Board’s judgment will be most advantageous to

the District and result in the best and most economical completion of the Project.

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 Har-

ris County Municipal Utility District No. 500 at the office of the Engineer for the District,

EHRA, 10555 Westoffice Drive, Houston, Texas 77042, and electronic bids delivered via the

CivCast website, until 2:30 p.m., Tuesday, March 15, 2016, at which time all bids will be

publicly opened and read for the construction of the project:

HARRIS COUNTY MUNICIPAL UTILITY DISTRICT NO. 500

BRIDGE OVER DETENTION BASIN/AMENITY LAKE TO SERVE TOWNE LAKE

DEVELOPMENT TOWNE LAKE PARKWAY SEGMENT TWO BRIDGE

PROJECT NO. 061-059-00-180 DST (J)/ROAD (L)

A mandatory Pre-Bid Conference will be held on Tuesday, March 8, 2016, at 2:30 p.m.,

at the office of the Engineer for the District, EHRA, 10555 Westoffice Drive, Houston, Texas.

The project consists of the construction of one (1) 975 LF pre-stressed concrete “C” span

bridge, including mechanically stabilized earth bulkheads and cast-in-place retaining walls.

The project site is located on Harris County Key Map No. 367 N.

The above described construction will be performed in accordance with plans and speci-

fications and any addenda thereto which may be issued prior to the opening of bids. Plans,

specifications and bid documents may be viewed and downloaded free of charge or the option

to purchase hard copies on the CivCastUSA Website (www.CivCastUSA.com). Documents

are also available for review at the office of the Engineer or Houston area plan rooms.

Each Bid must be accompanied by a Certified or Cashier’s Check, from a responsible bank

in the State of Texas, or a Bid Bond, issued by a surety legally authorized to do business in the

State of Texas, equal to five percent (5%) of the total bid amount.  Make the Cashier’s Check,

Certified Check or Bid Bond payable to the Owner.

The Owner reserves the right to reject any or all bids or to accept any bid deemed advanta-

geous to it and waive informalities in bidding. All bids received after the closing time above

designated will be returned unopened.

SERVING THE LEGALCOMMUNITY FOR OVER 45 YEARS

THE HOUSTONBUSINESS JOURNAL

• Notice To Creditors• Public Bid Notices• Hearing Notice

PUBLIC NOTICES:

REACH YOUR TARGET AUDIENCE WITH THE HOUSTON BUSINESS

JOURNAL’S LEGAL PAGES

77,935522,376

WEEKLY READERS IN PRINT

MONTHLY AVERAGE DIGITAL UNIQUE VISITORS

State of Texas, equal to five percent (5%) of the total bid amount.  Make the Cashier’s Check,

geous to it and waive informalities in bidding. All bids received after the closing time above

You have been sued. You may employ an attorney. If You or your attorney do not file a writ-

Project Location: Project Manager:

Bill Zod, P.E. Bill Zod, P.E. Bill Zod, P.E. Phone Number (832) 395-2306

Phone Number (832) 395-2306

Phone Number (832) 395-2306

Estimated Construction Cost: $23,213,183.00

Estimated Construction Cost: $23,213,183.00

Estimated Construction Cost: $23,213,183.00

Estimated Construction Cost: $23,213,183.00

Prebid Meeting: Prebid Meeting: Prebid Meeting: Prebid Meeting:

4211 Beechnut Houston Texas

4211 Beechnut Houston Texas

State of Texas, equal to five percent (5%) of the total bid amount.  Make the Cashier’s Check,

State of Texas, equal to five percent (5%) of the total bid amount.  Make the Cashier’s Check,

State of Texas, equal to five percent (5%) of the total bid amount.  Make the Cashier’s Check,

State of Texas, equal to five percent (5%) of the total bid amount.  Make the Cashier’s Check,

The Owner reserves the right to reject any or all bids or to accept any bid deemed advanta-

The Owner reserves the right to reject any or all bids or to accept any bid deemed advanta-

geous to it and waive informalities in bidding. All bids received after the closing time above

geous to it and waive informalities in bidding. All bids received after the closing time above

TO HATHAWAY, DARRELL

TO HATHAWAY, DARRELL

TO HATHAWAY, DARRELL

TO HATHAWAY, DARRELLAND TO ALL WHOM IT MAY CONCERN, RESPONDENT(S)

AND TO ALL WHOM IT MAY CONCERN, RESPONDENT(S)

You have been sued. You may employ an attorney. If You or your attorney do not file a writ-

You have been sued. You may employ an attorney. If You or your attorney do not file a writ-

41. Anderson Landscape & Nursery Inc.

41. Anderson Landscape & Nursery Inc.

geous to it and waive informalities in bidding. All bids received after the closing time above

41. Anderson Landscape & Nursery Inc.

geous to it and waive informalities in bidding. All bids received after the closing time above

geous to it and waive informalities in bidding. All bids received after the closing time above

41. Anderson Landscape & Nursery Inc.

geous to it and waive informalities in bidding. All bids received after the closing time above

designated will be returned unopened. 41. Anderson Landscape & Nursery Inc.

designated will be returned unopened.

designated will be returned unopened. 41. Anderson Landscape & Nursery Inc.

designated will be returned unopened. 42. Andrews, Molly

42. Andrews, Molly

42. Andrews, Molly

42. Andrews, Molly

42. Andrews, Molly

42. Andrews, Molly

134. Corporacion Evangelica Rios de Agua Viva

134. Corporacion Evangelica Rios de Agua Viva

State of Texas, equal to five percent (5%) of the total bid amount.  Make the Cashier’s Check, 134. Corporacion Evangelica Rios de Agua Viva

State of Texas, equal to five percent (5%) of the total bid amount.  Make the Cashier’s Check,

State of Texas, equal to five percent (5%) of the total bid amount.  Make the Cashier’s Check, 134. Corporacion Evangelica Rios de Agua Viva

State of Texas, equal to five percent (5%) of the total bid amount.  Make the Cashier’s Check,

State of Texas, equal to five percent (5%) of the total bid amount.  Make the Cashier’s Check, 135. Cossey, D

State of Texas, equal to five percent (5%) of the total bid amount.  Make the Cashier’s Check,

State of Texas, equal to five percent (5%) of the total bid amount.  Make the Cashier’s Check, 135. Cossey, D

State of Texas, equal to five percent (5%) of the total bid amount.  Make the Cashier’s Check,

A Pre-Bid meeting, for selected trades, will be held at Sam Houston State University on

A Pre-Bid meeting, for selected trades, will be held at Sam Houston State University on

AND TO ALL WHOM IT MAY CONCERN, RESPONDENT(S)

A Pre-Bid meeting, for selected trades, will be held at Sam Houston State University on

AND TO ALL WHOM IT MAY CONCERN, RESPONDENT(S)

AND TO ALL WHOM IT MAY CONCERN, RESPONDENT(S)

A Pre-Bid meeting, for selected trades, will be held at Sam Houston State University on

AND TO ALL WHOM IT MAY CONCERN, RESPONDENT(S)

You have been sued. You may employ an attorney. If You or your attorney do not file a writ-

A Pre-Bid meeting, for selected trades, will be held at Sam Houston State University on

You have been sued. You may employ an attorney. If You or your attorney do not file a writ-

You have been sued. You may employ an attorney. If You or your attorney do not file a writ-

A Pre-Bid meeting, for selected trades, will be held at Sam Houston State University on

You have been sued. You may employ an attorney. If You or your attorney do not file a writ-

A Pre-Bid meeting, for selected trades, will be held at Sam Houston State University on

You have been sued. You may employ an attorney. If You or your attorney do not file a writ-

Friday, February 19. Time and location to be determined (by Revision To Bidders).

You have been sued. You may employ an attorney. If You or your attorney do not file a writ-

You have been sued. You may employ an attorney. If You or your attorney do not file a writ-

Friday, February 19. Time and location to be determined (by Revision To Bidders).

You have been sued. You may employ an attorney. If You or your attorney do not file a writ-

134. Corporacion Evangelica Rios de Agua Viva

Friday, February 19. Time and location to be determined (by Revision To Bidders).

134. Corporacion Evangelica Rios de Agua Viva

134. Corporacion Evangelica Rios de Agua Viva

Friday, February 19. Time and location to be determined (by Revision To Bidders).

134. Corporacion Evangelica Rios de Agua Viva

134. Corporacion Evangelica Rios de Agua Viva

Friday, February 19. Time and location to be determined (by Revision To Bidders).

134. Corporacion Evangelica Rios de Agua Viva

134. Corporacion Evangelica Rios de Agua Viva

Friday, February 19. Time and location to be determined (by Revision To Bidders).

134. Corporacion Evangelica Rios de Agua Viva

You have been sued. You may employ an attorney. If You or your attorney do not file a writ-

134. Corporacion Evangelica Rios de Agua Viva

You have been sued. You may employ an attorney. If You or your attorney do not file a writ-

Friday, February 19. Time and location to be determined (by Revision To Bidders).

You have been sued. You may employ an attorney. If You or your attorney do not file a writ-

134. Corporacion Evangelica Rios de Agua Viva

You have been sued. You may employ an attorney. If You or your attorney do not file a writ-

You have been sued. You may employ an attorney. If You or your attorney do not file a writ-

134. Corporacion Evangelica Rios de Agua Viva

You have been sued. You may employ an attorney. If You or your attorney do not file a writ-

Friday, February 19. Time and location to be determined (by Revision To Bidders).

You have been sued. You may employ an attorney. If You or your attorney do not file a writ-

134. Corporacion Evangelica Rios de Agua Viva

You have been sued. You may employ an attorney. If You or your attorney do not file a writ-

ten answer with the Clerk who issued this citation by 10:00 a.m. on the Monday next follow-

134. Corporacion Evangelica Rios de Agua Viva

ten answer with the Clerk who issued this citation by 10:00 a.m. on the Monday next follow-

Friday, February 19. Time and location to be determined (by Revision To Bidders).

ten answer with the Clerk who issued this citation by 10:00 a.m. on the Monday next follow-

134. Corporacion Evangelica Rios de Agua Viva

ten answer with the Clerk who issued this citation by 10:00 a.m. on the Monday next follow-

ten answer with the Clerk who issued this citation by 10:00 a.m. on the Monday next follow-

134. Corporacion Evangelica Rios de Agua Viva

ten answer with the Clerk who issued this citation by 10:00 a.m. on the Monday next follow-

Friday, February 19. Time and location to be determined (by Revision To Bidders).

ten answer with the Clerk who issued this citation by 10:00 a.m. on the Monday next follow-

134. Corporacion Evangelica Rios de Agua Viva

ten answer with the Clerk who issued this citation by 10:00 a.m. on the Monday next follow-

Friday, February 19. Time and location to be determined (by Revision To Bidders).

Interested parties contact:

Interested parties contact:

The Owner reserves the right to reject any or all bids or to accept any bid deemed advanta-

Interested parties contact:

The Owner reserves the right to reject any or all bids or to accept any bid deemed advanta-

The Owner reserves the right to reject any or all bids or to accept any bid deemed advanta-

Interested parties contact:

The Owner reserves the right to reject any or all bids or to accept any bid deemed advanta-

Interested parties contact:

struction contracts over $250,000, the bidder shall submit either a two percent 2% certified or

cashier’s check or a five percent (5%) bid bond of the maximum total bid amount. Make the

Plans, specifications, and bidding documents are available at

42. Andrews, Molly

www.civcastusa.com 42. Andrews, Molly

42. Andrews, Molly

www.civcastusa.com 42. Andrews, Molly

www.civcastusa.com. Search . Search

designated will be returned unopened.. Search

designated will be returned unopened.

designated will be returned unopened.. Search

designated will be returned unopened.

designated will be returned unopened. 41. Anderson Landscape & Nursery Inc.

designated will be returned unopened.. Search

designated will be returned unopened. 41. Anderson Landscape & Nursery Inc.

designated will be returned unopened.

designated will be returned unopened. 41. Anderson Landscape & Nursery Inc.

designated will be returned unopened.. Search

designated will be returned unopened. 41. Anderson Landscape & Nursery Inc.

designated will be returned unopened. 42. Andrews, Molly

. Search 42. Andrews, Molly

42. Andrews, Molly

. Search 42. Andrews, Molly

. Search

for “WHCMUD No. 2 Franz Road Waterline”. Said documents may be examined without

for “WHCMUD No. 2 Franz Road Waterline”. Said documents may be examined without

for “WHCMUD No. 2 Franz Road Waterline”. Said documents may be examined without

charge in the office of Jones & Carter, Inc., 6330 West Loop South, Houston, Texas 77401.

charge in the office of Jones & Carter, Inc., 6330 West Loop South, Houston, Texas 77401.

charge in the office of Jones & Carter, Inc., 6330 West Loop South, Houston, Texas 77401.

charge in the office of Jones & Carter, Inc., 6330 West Loop South, Houston, Texas 77401.

charge in the office of Jones & Carter, Inc., 6330 West Loop South, Houston, Texas 77401.

charge in the office of Jones & Carter, Inc., 6330 West Loop South, Houston, Texas 77401.

charge in the office of Jones & Carter, Inc., 6330 West Loop South, Houston, Texas 77401.

There will be a pre-bid conference in the offices of Jones & Carter, Inc., 6330 West Loop

There will be a pre-bid conference in the offices of Jones & Carter, Inc., 6330 West Loop

There will be a pre-bid conference in the offices of Jones & Carter, Inc., 6330 West Loop

South, Houston, Texas 77401 at 10:00 a.m., Tuesday, March 1, 2016. Attendance is not

South, Houston, Texas 77401 at 10:00 a.m., Tuesday, March 1, 2016. Attendance is not

South, Houston, Texas 77401 at 10:00 a.m., Tuesday, March 1, 2016. Attendance is not

MandatoryThe Owner reserves the right to reject any or all bids and waive any or all irregularities. No

The Owner reserves the right to reject any or all bids and waive any or all irregularities. No

4211 Beechnut Houston TexasThe Owner reserves the right to reject any or all bids and waive any or all irregularities. No

4211 Beechnut Houston Texas

4211 Beechnut Houston TexasThe Owner reserves the right to reject any or all bids and waive any or all irregularities. No

4211 Beechnut Houston TexasBill Zod, P.E.

The Owner reserves the right to reject any or all bids and waive any or all irregularities. No

Bill Zod, P.E. Bill Zod, P.E.

The Owner reserves the right to reject any or all bids and waive any or all irregularities. No

Bill Zod, P.E. Bill Zod, P.E.

The Owner reserves the right to reject any or all bids and waive any or all irregularities. No

Bill Zod, P.E. Bill Zod, P.E.

The Owner reserves the right to reject any or all bids and waive any or all irregularities. No

Bill Zod, P.E.

4211 Beechnut Houston TexasThe Owner reserves the right to reject any or all bids and waive any or all irregularities. No

4211 Beechnut Houston Texas

4211 Beechnut Houston TexasThe Owner reserves the right to reject any or all bids and waive any or all irregularities. No

4211 Beechnut Houston TexasThe Owner reserves the right to reject any or all bids and waive any or all irregularities. No

Bill Zod, P.E. bid may be withdrawn until the expiration of

Bill Zod, P.E. Bill Zod, P.E. bid may be withdrawn until the expiration of

Bill Zod, P.E. Bill Zod, P.E. bid may be withdrawn until the expiration of

Bill Zod, P.E. bid may be withdrawn until the expiration of

• TABC Liquor Notice• Storage Notices• Requests for Proposal

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

Page 3: COMMERCIAL Realtor-Associate® REAL ESTATE …media.bizj.us/view/img/8977492/hbjclass03182016.pdf& Loanna nc. ancy arbara evin rang iara S. nc. encia essica nc. eschool exas ARAI cCall,

LEGALSADVERTISEMENT FOR BIDS

UPPER KIRBY REDEVELOPMENT AUTHORITY

Project Name: Bissonnet Street Paving and Drainage Improvements Project No.: WBS N-T1922-0001-4 (UK 122) Bid Date: March 31, 2016, 2:00 p.m. Project Location: Between Buffalo Speedway and Kirby Drive Design Engineer: Gunda Corporation, (713) 541-3530 Construction Manager: Gunda Corporation, (713) 541-3530 Pre-Bid Meeting: 10:00 a.m. Thursday, March 24, 2016, in the offices of Gunda Corporation located at 6161 Savoy, Suite 550, Houston, Texas 77036

Sealed bids addressed to the Upper Kirby Redevelopment Authority (UKRA) will be re-ceived in the offices of Gunda Corporation at 6161 Savoy, Suite 550, Houston, Texas 77036 until 2:00 p.m. on the bid date listed above. Bids received after that time will not be accepted. Bids will be opened and publicly read for the furnishing of all material, equipment, labor, and supervision necessary or incidental to the construction of Bissonnet Street Paving and Drain-age Improvements from Buffalo Speedway to Kirby Drive. All interested parties are invited to attend. Place and date of Bid opening may be changed in accordance with Sections 12-3(b)(5) and 15-3(b)(6) of the 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 of Play Program, as set out in Executive Order 1-7 and Ordinance 2007-0534, are incorporated into this proj-ect 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 Board approval of this agreement. A CD containing a copy of the Plans and Specifications may be obtained from the Design Consultant, Gunda Corporation, LLC, 6161 Savoy, Suite 550, Houston, Texas 77036 for a non-refundable fee of $25.00 per CD, paid by company or certi-fied check only made payable to UKRA. CDs will be available after March 11, 2016. Bidders shall comply with Federal guidelines, including Davis-Bacon wage rate de-termination and the 10.8% Disadvantaged Business Enterprise (DBE) goal. The project may contain City of Houston Standard Construction Specifications for Wastewater Collection Systems, Water Lines, Storm Drainage, and Street Paving sec-tions that are incorporated into Project Manual by reference. These Standard Specifi-cations, along with Standard Details, may be acquired at no cost on the City’s website at http://documents.publicworks.houstontx.gov/document-center/specifications/index.htm Bidders shall comply with City Ordinance 2007-0293 (March 7, 2007) and City of Houston Office of Business Opportunity Minority/Women Owned Business Enterprise (MWBE) procedures. Low bidder will be required to make good faith efforts to achieve a MWBE participation goal as stated in Document 00800 – Supplementary Conditions. Bidders should review Document 00210 – Supplementary Instructions to Bidders – and pro-vide a current Certificate of Responsibility with the Project Bid. A Certificate of Responsibility is a valid Prequalification Approval Letter issued by TxDOT stating that a Bidder is qualified to bid on State Highway improvement contracts pursuant to 43 Texas Administrative Code, Section 9.12, as it may be amended from time to time and Chapter 15, Article IV of the City of Houston Code of Ordinances.

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

NOTICE TO BIDDERSSealed BIDS in duplicate, addressed to Harris County MUD No. 346, delivered to the of-

fice of Terra Associates, Inc., 1445 North Loop West, Suite 450 Houston, Texas 77008, will be accepted until 2:00 P.M., Local Time on Tuesday, April 5, 2016 and then publicly opened and read for, “Greentrails Playground”, TAI Project No. 1346-1503, Contract #1. The proj-ect includes earthwork, concrete sidewalks, masonry, purchase and installation of playground equipment and landscaping. There is a $100.00, non-refundable deposit for hardcopies of the Plans and Specs. Plans and Specifications will be ready on or after Thursday, March 10, 2016. Digital copies and additional information may be obtained by emailing [email protected]. Bids will not be accepted via email.

ADVERTISEMENT FOR CONSTRUCTIONLOW BID

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

Project Name and Number: Underground Storage Tank Removal and Installation Southwest Solid Waste Service Center WBS No.: L-000080-002-4-01-01Project Description: Removal, of an existing underground storage tank (UST)

fuel system, soil remediation, and the subsequent supply and installation of a new UST self-service fueling system at the City of Houston Southwest Solid Waste Service Center located at 11500 S. Post Oak Road.

Bid Date: Thursday, March 31, 2016Project Location: 11500 S. Post Oak Road, Houston T (Key Map 571-C)Project Manager: Douglas Storey/832-393-8042Estimated Construction Cost: $750,000.00Pre-bid Meeting: Wednesday, March 23, 2016; 1:00 P.M. at 11500 Post Oak

Road, Houston, Texas (Key Map 571-C)

Bids will be accepted until 10:30 a.m., local time on the bid date shown above. Bids received after that time will not be accepted. Bids will be publicly opened and read aloud at 11:00 a.m. on the same day at 900 Bagby, Room P112. All interested parties are invited to attend. Place and date of bid opening may be changed in accordance with Sections 15-3(b)(5) and 15-3(b)(6) of the City of Houston Code of Ordinances (City Code).

Bid Documents (Compact Discs) may be picked up at the City Hall Annex, 900 Bagby, 2nd Floor. A maximum of one disc will be available to each prospective bidder. Addenda will be distributed at no cost to those who are registered plan holders with the City

Bid Documents may be examined at plan rooms listed on the City plan holders’ list or listed in Document 00210 – Supplementary Instructions to Bidders.

This bid is subject to “Hire Houston First” as set out in Chapter 15, Article XI City Code. It is unlawful for any Contractor to contribute or offer any contribution to a candidate for City elective office during a certain period prior to and following a contract award (Chapter 18 City Code). Contractor will be required to comply with Anti- discrimination provisions (Chapter 15, Article II City Code), Pay or Play Program (Executive Order 1-7 and Ordinance 2007-0534), and the Minority, Women, Persons with Disabilities and Small Business Enterprise requirements (Chapter 15, Articles V and VI City Code and Executive Order 1-2).Dated: (Publish: Friday, Friday March 11 and Friday March 18, 2016) Anna RussellCity Secretary

ADVERTISEMENT FOR CONSTRUCTIONLOW BID

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

Project Name and Number: Remediation and Tank Replacement at 100 Japhet. WBS No.: R-000020-0042-4-01-01Project Description: Removal, of an existing underground storage tank (UST)

fuel system, soil remediation, and the subsequent supply and installation of a new UST self-service fueling system at the facility located at 100 Japhet.

Bid Date: Thursday, March 31, 2016Project Location: 100 Japhet Street, Houston T (Key Map 484-L)Project Manager: Douglas Storey/832-393-8042Estimated Construction Cost: $1,100,000.00Pre-bid Meeting: Tuesday, March 22, 2016; 1:00 P.M. at 100 Japhet Street,

Houston, Texas (Key Map 484-L)

Bids will be accepted until 10:30 a.m., local time on the bid date shown above. Bids received after that time will not be accepted. Bids will be publicly opened and read aloud at 11:00 a.m. on the same day at 900 Bagby, Room P112. All interested parties are invited to attend. Place and date of bid opening may be changed in accordance with Sections 15-3(b)(5) and 15-3(b)(6) of the City of Houston Code of Ordinances (City Code).

Bid Documents (Compact Discs) may be picked up at the City Hall Annex, 900 Bagby, 2nd Floor. A maximum of one disc will be available to each prospective bidder. Addenda will be distributed at no cost to those who are registered plan holders with the City

Bid Documents may be examined at plan rooms listed on the City plan holders’ list or listed in Document 00210 – Supplementary Instructions to Bidders.

This bid is subject to “Hire Houston First” as set out in Chapter 15, Article XI City Code. It is unlawful for any Contractor to contribute or offer any contribution to a candidate for City elective office during a certain period prior to and following a contract award (Chapter 18 City Code). Contractor will be required to comply with Anti- discrimination provisions (Chapter 15, Article II City Code), Pay or Play Program (Executive Order 1-7 and Ordinance 2007-0534), and the Minority, Women, Persons with Disabilities and Small Business Enterprise requirements (Chapter 15, Articles V and VI City Code and Executive Order 1-2).Dated: (Publish: Friday, March 11, 2016 and Friday March 18, 2016) Anna RussellCity Secretary

NOTICE TO BIDDERSHire Houston First Program – These procurements are subject to the Hire Houston First

Program, which gives a preference to certain local bidders in award of the procurements. For more information, go to:

http://www.houstontx.gov/obo/hirehoustonfirst.html.

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, Public Level, at 11:00 A. M.

All interested parties are encouraged to attend any scheduled pre-bid and/or pre-proposal conference(s). Unless other wise specified, all conference(s) will be held at 901 Bagby, Hous-ton, TX 77002 in the basement of City Hall. 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 https://purchasing.houstontx.gov/. Downloading these documents will ensure all inter-ested parties will automatically receive any updates via e-mail. Interested parties can call (832) 393-8762 for additional information.

BIDS DUE – April 07, 2016Onsite Biometric Screenings for The City of Houston Human Resources Department, S10-L25696 – 0% MWBE Goal - Pre-Bid Conference will be held on Monday, March 21, 2016 at 2:00 PM at 901 Bagby, SPD Conference Room 1.

BIDS DUE – April 11, 2016Third Party Administrator for Long Term Disability for The City of Houston Human Resources Department, S66-T25683 – 0% MWBE Goal - Pre-Bid Conference will be held on Tuesday, March 29, 2016 at 2:00 PM at The Learning and Development Center (4501 Leeland Street, Houston, TX 77023).

Request for Proposal DUE – April 12, 2016Owner Controlled Insurance Program for The City of Houston Airport System, HBH-OCIP-2016-026 – 24% MWBE Goal - Pre-Proposal Conference will be held on Wednes-day, March 23, 2016 at 10:00 AM at 900 Bagby, City Hall Annex, SPD Conference Room 1. Submittals shall be delivered to: John J. Gillespie, Chief Procurement Officer, Strategic Procurement Division, 901 Bagby, Suite B300, Houston, Texas 77002. All submittals must be provided in a sealed box/envelope clearly labeled on the outside with the name and address of the Responding Firm and indicate the contents to be: “HBH-OCIP-2016-026, Owner Controlled Insurance Program.” Late submittals and submittals delivered to loca-tions other than the one specified above will not be reviewed for any reason. All firms interested in responding should obtain a copy of the RFP that contains detailed informa-tion concerning submittal requirements. The RFP may be electronically accessed at the following link: http://www.fly2houston.com or purchasing.houstontx.gov. For additional information, please email BJ Hubbard, Sr. Procurement Specialist, Houston Airport Sys-tem, [email protected].

Request for Qualification DUE – April 29, 2016Mickey Leland International Terminal (MLIT) Architect Engineer (A/E) Design Consul-tant Services for The City of Houston Airport System, H37-MLITAE-2016-027 – 30% MWBE Goal - Pre-Submittal Conference will be held on Thursday, March 24, 2016 at 9:00 AM at Houston Airport Marriott Hotel at IAH, 18700 John F. Kennedy Blvd., Hous-ton, TX 77032. Submittals shall be delivered to: John J. Gillespie, Chief Procurement Officer, Strategic Procurement Division, 901 Bagby, Suite B300, Houston, Texas 77002. All submittals must be provided in a sealed box/envelope clearly labeled on the outside with the name and address of the Responding Firm and indicate the contents to be: “H37-MLITAE-2016-027, MLIT A/E Design Consultant Services”. Late submittals and submit-tals delivered to locations other than the one specified above will not be reviewed for any reason. All firms interested in responding should obtain a copy of the RFQ that contains detailed information concerning submittal requirements. The RFQ may be electronically accessed at the following link: http://www.fly2houston.com or purchasing.houstontx.gov. For additional information, please email Andre’ Morrow, Sr. Procurement Specialist, Hous-ton Airport System, ([email protected]).

Request for Qualification DUE – April 29, 2016IAH Terminal Redevelopment Program (ITRP) Program Management Office (PMO) Building Design-Build Services for The City of Houston Airport System, H27-PMODB-2016-020 – 30% MWBE Goal - Pre-Submittal Conference will be held on Thursday, March 24, 2016 at 11:00 AM at Houston Airport Marriott Hotel at IAH, 18700 John F. Kennedy Blvd., Houston, TX 77032. Submittals shall be delivered to: John J. Gil-lespie, Chief Procurement Officer, Strategic Procurement Division, 901 Bagby, Suite B300, Houston, Texas 77002. All submittals must be provided in a sealed box/envelope clearly labeled on the outside with the name and address of the Responding Firm and indicate the contents to be: “H27-PMODB-2016-020, Program Management Office (PMO) Build-ing Design-Build Services”. Late submittals and submittals delivered to locations other than the one specified above will not be reviewed for any reason. All firms interested in responding should obtain a copy of the RFQ that contains detailed information concern-ing submittal requirements. The RFQ may be electronically accessed at the following link: http://www.fly2houston.com or purchasing.houstontx.gov. For additional information, please email Alfredo Oracion, Sr. Procurement Specialist, Houston Airport System, ([email protected]).

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

website (www.civcastusa.com), or (ii) Paper copy in duplicate. Bids will be received by Harris County Municipal Utility District No. 500, EHRA, 10555 Westoffice Drive, Houston, Texas 77042, and electronic bids delivered via the CivCast website, until 2:30 p.m., Tuesday, March 29, 2016, at which time all bids will be publicly opened and read for the construction of the project:

HARRIS COUNTY MUNICIPAL UTILITY DISTRICT NO. 500WATER DISTRIBUTION, WASTEWATER COLLECTION, AND

STORM WATER FACILITIES AND PAVING TO SERVECYPRESS NORTH HOUSTON ROAD, SECTION THREE

PROJECT NO. 061-059-00-182 DST (J)/DEV (L)

A mandatory Pre-Bid Conference will be held on Tuesday, March 22, 2016 at 2:30 p.m. at the office of the Engineer for the District, EHRA, 10555 Westoffice Drive, Houston, Texas.

Project scope shall include the installation of approximately 2,255 LF of 4”-16” PVC water line; 130 LF of 8” PVC gravity sanitary sewer; 3,185 LF of 24”-54” RCP storm sewer; and 6,340 SY of 8” concrete pavement. The project site is located on Harris County Key Map No. 367 N & P.

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

Each Bid must be accompanied by a Certified or Cashier’s Check, from a responsible bank in the State of Texas, or a Bid Bond, issued by a surety legally authorized to do business in the State of Texas, equal to five percent (5%) of the total bid amount.  Make the Cashier’s Check, Certified Check or Bid Bond payable to the Owner.The Owner reserves the right to reject any or all bids or to accept any bid deemed advanta-geous to it and waive informalities in bidding. All bids received after the closing time above designated will be returned unopened.

NOTICE TO BIDDERSSealed bids, in duplicate, addressed to LGI Homes – Texas, LLC for Brazoria County

Municipal Utility District No. 31, will be received at the office of the Engineer, Pape-Dawson Engineers, Inc., 10333 Richmond Ave., Suite 900, Houston, Texas 77042, Phone 713-428-2400 (ext. 810) until 2:00 PM, local time, Tuesday, March 29, 2016 and then publically opened and read for the construction of the following projects:

“CONSTRUCTION OF WATER, SANITARY SEWER, AND DRAINAGE FACILITIES FOR STERLING LAKES WEST SEC 2”

PROJECT NO. 40129-30

“CONSTRUCTION OF WATER, SANITARY SEWER, AND DRAINAGE FACILITIES FOR STERLING LAKES WEST STONE GARDEN DRIVE”

PROJECT NO. 40129-40

Scope of Work of the Contract includes:

Sterling Lakes West Sec 2:

1. Approx. 4,600 LF of 6-inch through 8-inch water line and all appurtenances2. Approx. 6,662 LF 6-inch through 8-inch sanitary sewer and all appurtenances3. Approx. 3,286 LF 24-inch through 54-inch storm sewer pipe and all appurtenances

Sterling Lakes West Stone Garden Drive:

1. Approx. 1,275 LF of 6-inch through 12-inch water line and all appurtenances2. Approx. 127 LF 8-inch sanitary sewer and all appurtenances3. Approx. 707 LF 24-inch through 60-inch storm sewer pipe and all appurtenances

A mandatory pre-bid conference will be held at 2:00 PM, local time, Tuesday, March 22, 2016 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 Jordan Konesheck 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.

NOTICE TO CONTRACTORSSealed bids, in duplicate, addressed Fort Bend County Municipal Utility District No. 5

will be received at the office of R. G. Miller Engineers, Inc., 16340 Park Ten Place, Suite 350, Houston, Texas 77084, until 2:00 p.m., Thursday, April 7, 2016, then publicly opened and read for furnishing all labor, materials and equipment and performing all work required for construction of Storm Sewer, Sanitary Sewer and Water Lines to serve Briarwood Crossing Section 5 within Fort Bend County Municipal Utility District No. 5.

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

All proposals shall be accompanied by a Bid Bond in an amount equal to ten percent (10%) of the total price of the bid contained in the proposal, payable without recourse to Fort Bend County Municipal Utility District No.5, as a guarantee that bidder will enter into a contract and execute a Performance Bond and Payment Bond in an amount equal to 100% of the contract price, from a surety company holding a permit from the State of Texas to act as surety. The Bid Bond must be enclosed in the same envelope with the bid. Bids without Bid Bonds will not be considered.

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

Plans, specifications and bidding documents may be secured from the office of R. G. Miller Engineers, Inc., 16340 Park Ten Place, Suite 350, Houston, Texas 77084, for a non-refundable fee of Seventy-Five Dollars ($75.00).

A MANDATORY pre-bid conference will be conducted in the office of R. G. Miller En-gineers, Inc., 16340 Park Ten Place, Suite 350, Houston, Texas 77084, on Thursday, March 31, 2016, at 10:00 a.m. EACH BIDDER MUST BE REPRESENTED AT THIS PRE-BID CONFERENCE. BIDS WILL NOT BE ACCEPTED FROM ANY BIDDER WHO IS NOT REPRESENTED AT THE PRE-BID CONFERENCE. NO PLANS SHALL BE ISSUED AFTER 5:00 P.M., THURSDAY, MARCH 31, 2016.

INVITATION TO BID Sealed Bids, in duplicate, addressed to Harris County Municipal Utility District No. 500,

Attention Ms. Marlyn Roberts, President, Board of Directors, will be received at the office of Caldwell Companies, 7904 N. Sam Houston Parkway, W., 4th Floor, Houston, Texas 77064, until 10:00 a.m. Local Time, April 8, 2016. Qualified Bids will be publicly opened and read at 10:00 a.m. Local Time, April 8, 2016 for “GREENHOUSE ROAD PHASE 3 SOUTH OF BRIDGE for Harris County Municipal Utility District No. 500, Harris County, Texas”.

Scope of Work of the Contract includes: concrete installation (sidewalks and parking), stonework, fencing, planting, landscape irrigation, playground installation, earthwork, instal-lation of Owner-provided light fixtures and all electrical service, and installation of Owner-provided items (water fountain, benches, picnic tables, barbeque pits, and trash receptacles).

Bids received after the closing time will be returned unopened. A MANDATORY pre-bid conference will be held on March 24, 2016, at 10:00 a.m. Local Time, at the Towne Lake Lakehouse Boardroom, 10000 Towne Lake Parkway, Cypress, Texas 77433. Attendance by each prospective bidder or its representative at the pre-bid conference is MANDATORY, and no Bid will be opened unless the bidder has attended the pre-bid conference.

On March 11, 2016 Copies of the bidding documents may be obtained from www.CivcastUSA.com website.

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. The Owner reserves the right to reject any or all Bids.

34A HOUSTON BUSINESS JOURNAL MARCH 18-24, 2016

Page 4: COMMERCIAL Realtor-Associate® REAL ESTATE …media.bizj.us/view/img/8977492/hbjclass03182016.pdf& Loanna nc. ancy arbara evin rang iara S. nc. encia essica nc. eschool exas ARAI cCall,

LEGALSINVITATION TO BIDDERS

Sealed Bids, in duplicate, addressed to Northwest Harris County Municipal Utility District No. 10 will be received at the office of Van De Wiele & Vogler, Inc., 2925 Briarpark, Suite 275, Houston, Texas 77042 until Tuesday, March 29, 2016 at 2:30 p.m. and then publicly opened and read.

Scope of Work of the Contract includes the:

AUXILIARY POWER GENERATORS TO SERVE JARVIS ROAD LIFT STATION AND PARK CREEK WWTF WITHIN

NORTHWEST HARRIS COUNTY MUD NO. 10HARRIS COUNTY, TEXAS

VDW&V PROJECT NO.: 10900-811-1-UTL

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 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: Copies of the bidding documents may be obtained from www.CivcastUSA.com: search

10900-811-1-UTL. 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 irregulari-ties in bidding or bidding process except time of submitting a Bid. The Successful Bidder, if any, will be the responsible Bidder which in the Board’s judgment will be most advantageous to the District and result in the best and most economical completion of the Project.

ADVERTISEMENT FOR CONSTRUCTIONCONSTRUCTION MANAGER AT RISK

CITY OF HOUSTONThe City Secretary for City of Houston will receive Statement of Qualifications (SOQ) and proposals at 900 Bagby, Room P101, Houston, Texas for the following General Services De-partment project(s):

Project Name and Number: New Public Works and Engineering (PWE) NE Quadrant Building

WBS No. R-950000/S-950000Project Description: This project will relocate modular buildings to be used

as swing space while the demolition of the existing and construction of a new facility is in progress. The new NE Quadrant Building shall be approximately 30,000 SF, and designed to enhance adjacencies and circulation between divisions.

Program spaces shall include administrative offices, storage, locker rooms, break rooms, conference rooms, rest rooms, showers, workshop, kitchen, auditorium, and support functions, all in accordance with program requirements. Site improvements will include landscap-ing, parking, storm water detention if required, fencing, exterior lighting, and a back-up generator. The new building shall be constructed with energy efficient MEP systems and meet all current environmental and LEED standards.

Qualification Submittal Date: Thursday, March 31, 2016Proposal Submittal Date: Thursday, May 5, 2016Project Location: 718 E. Burress St. (453E)Project Manager: Obioma Nwakanma / 832-393-8130Estimated Construction Budget: $ 12 MillionPre-submittal Meeting: Tuesday, March 22, 2016 at 10 AM City Hall Annex, 900 Bagby, 2nd FloorPre-proposal Meeting: Tuesday, April 19, 2016 at 10 AM City Hall Annex, 900 Bagby, 2nd Floor

The City of Houston intends to utilize the Construction Manager at Risk process as autho-rized in Chapter 2269, Texas Government Code for the above procurement.

The Contractor will be selected in a two-step process. In step one, the Proposer’s SOQ will be ranked based on the criteria set out in RFQ/RFP. After reviewing the Proposers’ quali-fications, the City will finalize the rankings. The City may short-list the Proposers that will participate in step two. The City will notify the short-listed Proposers and require they submit a proposal in accordance with the RFQ/RFP.

SOQ and Proposals will be accepted until 10:30 a.m., local time on the respective date(s) shown above. SOQs and/or Proposals received after that time will not be accepted. SOQs and Proposals 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 SOQ or 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).

Request for bid documents and drawings should be sent to [email protected]. Addenda will be distributed at no cost to those who are registered plan holders with the City.

This procurement is subject to “Hire Houston First” as set out in Chapter 15, Article XI, City Code. It is unlawful for any Contractor to contribute or offer any contribution to a can-didate 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 pro-visions (Chapter 15, Article II, City Code), Pay or Play Program (Executive Order 1-7 and Or-dinance 2007-0534), and the Minority, Women, Persons with Disabilities and Small Business Enterprise requirements (Chapter 15, Articles V and VI, City Code and Executive Order 1-2).Dated: (Publish Friday March 11 and March 18, 2016) Anna Russell, City Secretary

NOTICE TO CONTRACTORSSealed bids, in duplicate, addressed to Fort Bend County Municipal Utility District No. 5

will be received at the office of R. G. Miller Engineers, Inc., 16340 Park Ten Place, Suite 350, Houston, Texas 77084, until 2:30 p.m., Thursday, April 7, 2016, then publicly opened and read for furnishing all labor, materials and equipment and performing all work required for construction of Storm Sewer, Sanitary Sewer and Water Lines to serve Fairpark Village Section 7 within Fort Bend County Municipal Utility District No. 5.

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

All proposals shall be accompanied by a Bid Bond in an amount equal to ten percent (10%) of the total price of the bid contained in the proposal, payable without recourse to Fort Bend County Municipal Utility District No.5, as a guarantee that bidder will enter into a contract and execute a Performance Bond and Payment Bond in an amount equal to 100% of the contract price, from a surety company holding a permit from the State of Texas to act as surety. The Bid Bond must be enclosed in the same envelope with the bid. Bids without Bid Bonds will not be considered.

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

Plans, specifications and bidding documents may be secured from the office of R. G. Miller Engineers, Inc., 16340 Park Ten Place, Suite 350, Houston, Texas 77084, for a non-refundable fee of Seventy-Five Dollars ($75.00).

A MANDATORY pre-bid conference will be conducted in the office of R. G. Miller En-gineers, Inc., 16340 Park Ten Place, Suite 350, Houston, Texas 77084, on Thursday, March 31, 2016, at 10:30 a.m. EACH BIDDER MUST BE REPRESENTED AT THIS PRE-BID CONFERENCE. BIDS WILL NOT BE ACCEPTED FROM ANY BIDDER WHO IS NOT REPRESENTED AT THE PRE-BID CONFERENCE. NO PLANS SHALL BE ISSUED AFTER 5:00 P.M., THURSDAY, MARCH 31, 2016.

NOTICE TO CONTRACTORSSealed bids, in duplicate, addressed to MC Equities, LLC. On behalf of Northwest Harris

County Municipal Utility District No. 19 will be received at the office of R.G. Miller Engi-neers, Inc., 16340 Park Ten Place, Suite 350, Houston, Texas 77084, until 2:30 p.m., Tuesday, April 5, 2016, then publicly opened and read for furnishing all labor, materials and equipment and performing all work required for construction of Lift Station to serve Kuykendahl Tract within Northwest Harris County Municipal Utility District No. 19.

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

All proposals shall be accompanied by a Bid Bond in an amount equal to ten percent (10%) of the total price of the bid contained in the proposal, payable without recourse to MC Equities, LLC. On behalf of Northwest Harris County Municipal Utility District No. 19, as a guarantee that bidder will enter into a contract and execute a Performance Bond and Payment Bond in an amount equal to 100% of the contract price, from a surety company holding a permit from the State of Texas to act as surety. The Bid Bond must be enclosed in the same envelope with the bid. Bids without Bid Bonds will not be considered.

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

Plans, specifications and bidding documents may be secured from the office of R. G. Miller Engineers, Inc., 16340 Park Ten Place, Suite 350, Houston, Texas 77084, for a non-refundable fee of One Hundred Dollars ($100.00).

A MANDATORY pre-bid conference will be conducted in the office of R. G. Miller En-gineers, Inc., 16340 Park Ten Place, Suite 350, Houston, Texas 77084, on Tuesday, March 29, 2016, at 10:30 a.m. EACH BIDDER MUST BE REPRESENTED AT THIS PRE-BID CONFERENCE. BIDS WILL NOT BE ACCEPTED FROM ANY BIDDER WHO IS NOT REPRESENTED AT THE PRE-BID CONFERENCE. NO PLANS SHALL BE IS-SUED AFTER 5:00 P.M., TUESDAY, March 29, 2016.

INVITATION TO BIDDERSSealed bids addressed to Ameriport LLC, on behalf of Chambers County Improvement

District No. 2, will be received in the office of Ward, Getz & Associates, LLP; 2500 Tanglewil-de, Suite 120; Houston, Texas, 77063 (phone 713-789-1900) until 2:00 p.m., Thursday, March 31, 2016, 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 Logistics Drive Phase II & Logistics Drive (South) Water Distribution, Sanitary Sewer, Paving, and Drainage Improvements to serve Ameriport Development.

Scope of Project:

1. Site Preparation;2.    Approx. 2,418 CY of 8-inch subgrade preparation;3.    Approx. 2,239 CY of 10-inch reinforced concrete pavement;4.    Approx. 794 LF of 18-inch through 36-inch RCP storm sewer and all appurtenances;5.    Approx. 4,118 LF of roadside drainage ditch;6. Approx. 1,570 LF of 6-inch through 10-inch sanitary sewer and all appurtenances;7. Approx. 833 LF of 12-inch water line and all appurtenances;8.    Storm Water Pollution Prevention Control

Plans, specifications and bid documents may be purchased at Ward, Getz & Associates, LLP, for a $75.00 non-refundable fee.

A MANDATORY PRE-BID is scheduled to be conducted at the office of Ward, Getz & Associates, LLP, on Thursday, March 24, 2016 @ 2:00 p.m.

A bid bond or cashier’s check 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, a payment bond, and a one-year maintenance bond as provided for in the bid documents, for the full amount of the contract. The Owner reserves the right to reject any or all bids.

HFC BID OPPORTUNITY - GRB EXTERIOR PAINTING ROOF AIR DUCTS, GRILLS AND VENT COVERS

George R. Brown Convention Center/ Exterior Painting (Bid)

Houston First Corporation requests bids from experienced commercial painting contrac-tors capable of timely and cost-effective surface preparation and painting of roof air ducts, grills and vent covers at the George R. Brown Convention Center in downtown Houston, Texas.

Bid documents are available online at www.houstonfirst.com/do-business. Questions should be submitted by e-mail to [email protected].

INVITATION TO BIDDERSSealed Bids, in duplicate, addressed to the Board of Directors, Harris County Municipal Utility District No. 460, will be received in the office of Morales Engineering Associates, LLC, 2550 Gray Falls Dr., Suite 350; Houston, Texas, 77077 (phone 281-497-6272) until 10:00 AM Local Time, Wednesday, March 30, 2016, 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 El Tesoro, Section Two Water, Sanitary Sewer, Storm Sewer Facilities, and Reinforced Concrete Pavement for Harris County Municipal Utility District No. 460, Harris County, Texas,”

Scope of Project:

1. Approx. 3,030 LF of 8-inch water line and appurtenances2. Approx. 2,755 LF of 8-inch sanitary sewer and appurtenances3. Approx. 1,830 LF of 24-inch to 36-inch storm sewer and all appurtenances4. Approx. 9,600 SY of Reinforced Concrete Pavement and 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: ARE61-00.

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

INVITATION TO BIDSealed bids, in duplicate, addressed to Clear Lake City Water Authority will be received at the office of Clear Lake City Water Authority, 900 Bay Area Blvd., Houston, Texas 77058, until 10:00 a.m., April 12, 2016, 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:

Water System Phase 8 Rehabilitation;Clear Lake City Water Authority; Harris County, Texas;Project No. 120-11821-000-400

A mandatory pre-bid conference for prospective bidders will be held at the office of Clear Lake City Water Authority, 900 Bay Area Blvd., Houston, Texas 77058, on April 5, 2016, at 10:00 a.m. No person may represent more than one bidder at the pre-bid confer-ence. 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 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 Water System Phase 8 Rehabilitation – ID 24170-120-11821-000. It is the respon-sibility 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: Pursuant to Texas Government Code § 2252.908, your company must be able to provide the Owner with a printed, signed and notarized copy of a completed disclosure of interested parties form (Form 1295) along with the related Certification of Filing at the time of the District’s execution of the contract. Failure to complete the Form 1295 and present the Form and related Certification to the District will result in the District’s inability to execute the contract. 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.

CITATION BY PUBLICATION---CLASS 5THE STATE OF TEXAS

TO: The unknown heirs of the ESTATE OF: Eddie Lee Spiller, Deceased

GREETING:You are commanded to appear and answer the plaintiff’s petition at or before 10 O’ Clock A.M. of the first Monday after the expiration of Ten (10) days from the date of Publication of this Citation, before the Honorable County Court at Law # 2 of MONTGOMERY County, at the Courthouse in Conroe, Texas.Said Plaintiff’s Petition was filed on February 16, 2016. The file number of said suit being Number 16-33631-P.The Names of the parties in said suit are: PEGGY E. SPILLERApplicant(s) to determine heirship of the Estate of EDDIE LEE SPILLER, as Plaintiff, and the Unknown heirs of the estate of EDDIE LEE SPILLER, as Defendant.The nature of said suit being substantially as follows, to wit:

NEW ESTATE/GUARDIANSHIP APPLICATIONS-INITIAL FILING (OCA) (APPLICATION FOR DETERMINATION OF HEIRSHIP AND FOR ISSU-ANCE OF LETTERS OF ADMINSTRATION)GIVEN under my hand and seal of said Court, at office in CONROE, Texas, this 17th day of February, 2016.

MARK TURNBULL, COUNTY CLERKMONTGOMERY COUNTY, TEXASSandy Faught, Deputy

NOTICE TO CONTRACTORSSealed bids, in duplicate, addressed to Northwest Harris County Municipal Utility District

No. 15 will be received at the office of R. G. Miller Engineers, Inc., 16340 Park Ten Place, Suite 350, Houston, Texas 77084, until 2:00 p.m., Tuesday, April 12, 2016, then publicly opened and read for furnishing all labor, materials and equipment and performing all work re-quired for construction of Storm Sewer, Sanitary Sewer, Water Lines And Off-Site Force Main To Serve Trails of Cypress Lake Section One Commercial Within Northwest Harris County Municipal Utility District No. 15.

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

All proposals shall be accompanied by a Bid Bond in an amount equal to ten percent (10%) of the total price of the bid contained in the proposal, payable without recourse to Northwest Harris County Municipal Utility District No. 15, as a guarantee that bidder will enter into a contract and execute a Performance Bond and Payment Bond in an amount equal to 100% of the contract price, from a surety company holding a permit from the State of Texas to act as surety. The Bid Bond must be enclosed in the same envelope with the bid. Bids without Bid Bonds will not be considered.

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

Plans, specifications and bidding documents may be secured from the office of R. G. Miller Engineers, Inc., 16340 Park Ten Place, Suite 350, Houston, Texas 77084, for a non-refundable fee of Seventy-Five Dollars ($75.00).

A MANDATORY pre-bid conference will be conducted in the office of R. G. Miller En-gineers, Inc., 16340 Park Ten Place, Suite 350, Houston, Texas 77084, on Tuesday, April 5, 2016, at 10:00 a.m. EACH BIDDER MUST BE REPRESENTED AT THIS PRE-BID CONFERENCE. BIDS WILL NOT BE ACCEPTED FROM ANY BIDDER WHO IS NOT REPRESENTED AT THE PRE-BID CONFERENCE. NO PLANS SHALL BE ISSUED AFTER 5:00 P.M., TUESDAY, APRIL 5, 2016.

MARCH 18-24, 2016 HOUSTON BUSINESS JOURNAL 35A

CAUSE NO: 2015-02900CITATION BY PUBLICATION

THE STATE OF TEXASCOUNTY OF HarrisTO HATHAWAY, DARRELLAND TO ALL WHOM IT MAY CONCERN, RESPONDENT(S)

You have been sued. You may employ an attorney. If You or your attorney do not file a writ-ten answer with the Clerk who issued this citation by 10:00 a.m. on the Monday next follow-ing the expiration of 42 days after you were served this citation and ORIGINAL PETITION, a default judgment may be taken against you. The Petition of ROGERS, TIMOTHY AND ROGERS, LEONI Petitioner, was filed in the 311TH District Court of Harris County, Texas, on the 19TH day of JANUARY, 2015. Against Respondent, HATHAWAY, DARRELL, num-bered, 2015-02900 and entitled “In the Interest of “ BRAXTON GARCIA HATHAWAY, A child (or children). The suit requests ORIGINAL PETITION FOR TERMINATION AND ADOPTION OF STEPCHILD. The date and place of birth of the child (children) who is (are) subject of the suit BRAXTON GARCIA HATHAWAY MALE; 12/24/1999;

“THE COURT HAS AUTHORITY IN THIS SUIT TO ENTER ANY JUDGMENT OR DECREE IN THE CHILD’S (CHILDREN’S) INTEREST WHICH WILL BE BIND-ING UPON YOU INCLUDING THE TERMINATION OF THE PARENT-CHILD RE-LATIONSHIP, THE DETERMINATION OF PATERNITY AND THE APPOINTMENT OF A CONSERVATOR WITH AUTHORITY TO CONSENT TO THE CHILD’S (CHILDREN’S) ADOPTION.”

ISSUED AND GIVEN UNDER MY HAND AND SEAL OF SAID COURT AT HOUSTON TEXAS ON THIS THE 06TH Day of JANUARY, 2015.CHRIS DANIEL,DISTRICT CLERKHarris County, Texas201 Caroline, Houston, TX 77002PO Box 4651 Houston, TX 77210KATHERINE CANTU, Deputy

Page 5: COMMERCIAL Realtor-Associate® REAL ESTATE …media.bizj.us/view/img/8977492/hbjclass03182016.pdf& Loanna nc. ancy arbara evin rang iara S. nc. encia essica nc. eschool exas ARAI cCall,

LEGALSLEGALS

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

82 will be received at the office of Van De Wiele & Vogler, Inc., 2925 Briarpark, Suite 275, Houston, Texas 77042 until Thursday, March 24, 2016 at 2:00 p.m., Local Time, and then publicly opened and read.

Scope of Work of the Contract includes the:

WATER PLANT NO. 2 & 3 IMPROVEMENTS WITHIN HARRIS COUNTY MUD NO. 82

HARRIS COUNTY, TEXAS VDW&V PROJECT NO.: 05900-402-6-WPL

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 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: Copies of the bidding documents may be obtained from www.CivcastUSA.com: search

05900-402-6-WPL. 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 irregulari-ties in bidding or bidding process except time of submitting a Bid. The Successful Bidder, if any, will be the responsible Bidder which in the Board’s judgment will be most advantageous to the District and result in the best and most economical completion of the Project.

NOTICE TO CONTRACTORSSealed bids, in duplicate, addressed to Azure Holdings, LLC. c/o Latitude Construction,

LLC. on behalf of Harris County Improvement District No. 17 will be received at the office of R. G. Miller Engineers, Inc., 16340 Park Ten Place, Suite 350, Houston, Texas 77084, until 2:00 p.m., Tuesday, April 5, 2016, then publicly opened and read for furnishing all labor, ma-terials and equipment and performing all work required for construction of Detention Basin, Lake Amenity And Storm Sewer to Serve Brandy Villas within Harris County Improvement District No. 17.

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

All proposals shall be accompanied by a Bid Bond in an amount equal to ten percent (10%) of the total price of the bid contained in the proposal, payable without recourse to Azure Holdings, LLC. c/o Latitude Construction on behalf of Harris County Improvement District No. 17, as a guarantee that bidder will enter into a contract and execute a Performance Bond and Payment Bond in an amount equal to 100% of the contract price, from a surety company holding a permit from the State of Texas to act as surety. The Bid Bond must be enclosed in the same envelope with the bid. Bids without Bid Bonds will not be considered.

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

Plans, specifications and bidding documents may be secured from the office of R. G. Miller Engineers, Inc., 16340 Park Ten Place, Suite 350, Houston, Texas 77084, for a non-refundable fee of Seventy-Five Dollars ($75.00).

A MANDATORY pre-bid conference will be conducted in the office of R. G. Miller En-gineers, Inc., 16340 Park Ten Place, Suite 350, Houston, Texas 77084, on Tuesday, March 29, 2016, at 10:00 a.m. EACH BIDDER MUST BE REPRESENTED AT THIS PRE-BID CONFERENCE. BIDS WILL NOT BE ACCEPTED FROM ANY BIDDER WHO IS NOT REPRESENTED AT THE PRE-BID CONFERENCE. NO PLANS SHALL BE ISSUED AFTER 5:00 P.M., TUESDAY, MARCH 29, 2016.

ADVERTISEMENT FOR BIDSCITY OF HOUSTON

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

Project Name: Water Line Replacement in Spring Woods South AreaWBS Number: S-000035-0181-4Bid Date: April 7, 2016Project Location: The project area is generally bound by Neuens Road on

the north, Long Point Road on the south, Witte Road on the east and Shadowdale Drive on the west.

Project Manager: Sabeen Shaikh, P.E. Phone Number (832) 395-2307Estimated Construction Cost: $2,779,395.00Prebid Meeting: Monday, March 28, 2016, at 10:00 A.M., 15th Floor,

Conference Room No. 1536, 611 Walker, Houston, Texas 77002

Project Name: Water Line Replacement in Innsdale AreaWBS Number: S-000035-0206-4Bid Date: April 14 2016Project Location: The project is located in north Houston and is bounded

by Turner Drive on the north, Meadow Lea Drive on the south, Exeter Road on the east and Meta Street on the west.

Project Manager: Mumtaz Baig, P.E. Phone Number (832) 395-2309Estimated Construction Cost: $3,063,287.50Prebid Meeting: Tuesday, March 29, 2016, at 10:00 A.M., 15th Floor,

Conference Room No. 1536, 611 Walker, Houston, Texas 77002

Project Name: New/Replacement of Water Well and Well Collection Line – Sims Bayou

WBS Number: S-000100-0024-4Bid Date: April 7, 2016Project Location: The project is located at 13896 ½ Blue Ridge Road,

Houston, Texas 77085Project Manager: Tina Yao, P.E. Phone Number (832) 395-2324Estimated Construction Cost: $2,308,020.00Prebid Meeting: Monday, March 28, 2016, at 9:00 A.M., 14th Floor,

Conference Room No. 14-A, 611 Walker, Houston, TX 77002

Project Name: Rehabilitation of Above Grade CrossingsWBS Number: S-000701-0018-4Bid Date: April 14, 2016Project Location: Various Locations within the City of HoustonProject Manager: Anh H. Hunter, P.E. Phone Number (832) 395-2393Estimated Construction Cost: $1,100,000.00Prebid Meeting: Tuesday, March 29, 2016, at 9:00 A.M., 14th Floor,

Conference Room No. 1453, 611 Walker Street, Hous-ton, Texas 77002

Project Name: Water Substitute Services ProgramWBS Number: S-002015-0002-4Bid Date: April 14, 2016Project Location: This work is located on 60 properties along Bob White

Drive, W Alabama, Castle Ct, Barkers Landing Rd, Ahrens, Beall Street, Commodore Way, Taft, Roseland Street, Moore, Cetti Street, Averill Street, Barkers Land-ing Ct, W Fair Harbor Lane, Stanford Street, Erin Street, Westheimer, Telephone Road, Hawthorne Street, Long Drive, Dahlia Street, Parsons, Lenore, Lovett Blvd., Long Point Road and W21st Street.

Project Manager: Mumtaz Baig, P.E. Phone Number (832) 395-2309Estimated Construction Cost: $206,500.00Prebid Meeting: Monday, March 28, 2016, at 9:00 A.M., 15th Floor,

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

Project Name: Water Line Replacement in Dodson AreaWBS Number: S-000035-0205-4Bid Date: April 7, 2016Project Location: The project consists of two separate areas; Area 1 is

bounded by Calgary Lane on the north, Bretshire Dr. on the south, Homestead Rd. on the east and Onslow Street on the west. Area 2 is bounded by Tidwell Road on the north, Denmark St. on the south, Wileyvale Rd. on the east and Shoreham Street on the west.

Project Manager: Mumtaz Baig, P.E. Phone Number (832) 395-2309Estimated Construction Cost: $4,095,310.00Prebid Meeting: Tuesday, March 22, 2016, at 10:00 A.M., 15th Floor,

Conference Room No. 1536, 611 Walker, Houston, Texas 77002

Project Name: Hollister Road Paving and DrainageWBS Number: N-000704-0001-4Bid Date: March 31, 2016Project Location: The project area is generally bounded by White Oak

Bayou on the south, West Gulf Bank on the north, North Houston Rosslyn on the east and Fairbanks North Houston on the west.

Project Manager: Stephen M. Campagna Phone Number (832) 395-2225Estimated Construction Cost: $2,566,548.00Prebid Meeting: Tuesday, March 22, 2016, at 1:00 P.M., 14th Floor,

Conference Room No. 1453, 611 Walker, Houston, Texas 77002

Project Name: Water Main Replacement in Antoine Forest AreaWBS Number: S-000035-0196-4Bid Date: March 31, 2016Project Location: Location 1 is bounded by Winding Way Drive on the

north, De Soto Street on the south, Oak Pass Drive on the east and Antoine Drive on the west. Location 2 is bounded by Areba Street on the north, De Soto Street on the south, Rolland on the east and Bayou View Drive on the west..

Project Manager: David Bolton, P.E. Phone Number (832) 395-2428Estimated Construction Cost: $3,269,805.00Prebid Meeting: Monday, March 21, 2016, at 11:00 A.M., 16th Floor,

Conference Room No. 16-A, 611 Walker, Houston, TX 77002

Project Name: 24-inch Water Line Replacement along W. Airport Boulevard from Fondren  Road to Braewick Drive

WBS Number: S-000900-0171-4Bid Date: April 7, 2016Project Location: Along W. Airport Boulevard from Fondren Road to

Braewick DriveProject Manager: Kevin Tran, P.E. Phone Number (832) 395-2242

Estimated Construction Cost: $2,975,329.00Prebid Meeting: Tuesday, March 22, 2016, at 10:30 A.M., 14th Floor,

Conference Room No. 1453, 611 Walker, Houston, Texas  77002

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

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

Project S-000035-0181-4, S-000035-0206-4, S-000100-0024-4, S-000701-0018-4, S-002015-0002-4, S-000035-0205-4, S-000035-0196-4, N-000704-0001-4 and S-000900-0171-4, 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 S-000035-0206-4 and S-000035-0196-4, 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 Wastewa-ter 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://documents.publicworks.houstontx.gov/document-center/cat_view/88-engi-neering-and-construction/92-specifications/208-division-02-16-standard-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 Improve-ment 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 Project S-000035-0181-4, S-000035-0206-4, S-000100-0024-4, S-000701-0018-4, S-002015-0002-4, S-000035-0205-4, S-000035-0196-4, N-000704-0001-4 and S-000900-0171-4, 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 Oppor-tunity 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. Bid-ders should refer to Chapter 18, City of Houston Code of Ordinances for filing requirements and further explanation.Dated: (Publish Friday, March 18, 2016) Anna RussellCity Secretary

CITATION BY PUBLICATIONCAUSE NUMBER: 2015-45207

Plaintiff: BEATRICE ADAMS VS. Defendant: CRAIG DAVIS (JR.)THE STATE OF TEXASCounty of Harris

To: CRAIG DAVIS (JR) (WHOSE RESIDENCE AND WHEREABOUTS ARE UNKNOWN)

YOU ARE HEREBY COMMANDED to be and appear before the 55th Judicial District Court of Harris County, Texas in the Courthouse in the city of Houston, Texas at or be-fore 10:00 o’clock A.M. Monday, the 18th day of APRIL 2016, being the Monday next after the expiration date of forty-two days after this citation is issued, and you are hereby Commanded and required then and there to appear and file written answer to the Plaintiffs Original Petition, filed in said Court on the 4th day of AUGUST 2015, in a suit numbered 2015-45207 docket of said court, wherein BEATRICE THOMAS the Plaintiff, and CRAIG DAVIS (JR), the Defendant, the nature of plaintiff’s demand and the said petition alleging: MOTOR VEHICLE ACCIDENT

Plaintiff, Beatrice Adams filed suit against Defendant, CRAIG DAVIS, JR. to recover damages for personal injuries sustained by plaintiff in a collision in Harris County, Texas which was col-lision was approximately caused by the negligence of the Defendant. CRAIG DAVIS, JR. The case is styled Cause No. 2015-45207 Beatrice Adams v. Craig Davis, Jr. and Darrell Maxwell. In the 55th Judicial District Court of Harris County, Texas.

Notice hereof shall be given by publishing this Citation once a week for four consecutive weeks previous to the day of APRIL 18TH 2016, in some newspaper published in the County of Harris, if there be a newspaper published therein, but if not, then the nearest county where a newspaper is published, and this Citation shall be returned on the 12th day of April 2016, which is forty two days after the date it is issued, and the first publication shall be at least twenty-eight days before said return day.

HEREIN FAIL NOT, but have before said court on said return day this Writ with your return thereon, showing how you have executed same.

WITNESS: Chris Daniel, District Clerk, Harris County Texas GIVEN UNDER MY HAND AND SEAL OF SAID COURT at Houston, Texas this 1st day of March 2016.

Chris Daniel, District ClerkHarris County, TexasIris Collins, Deputy District Clerk

NOTICE TO CONTRACTORSSealed bids, in duplicate, addressed to GP Marketplace 1750, LLC on behalf of Dowdell

Public Utility District will be received at the office of R. G. Miller Engineers, Inc., 16340 Park Ten Place, Suite 350, Houston, Texas 77084, until 2:30 p.m., Tuesday, April 12, 2016, then publicly opened and read for furnishing all labor, materials and equipment and performing all work required for construction of Water Transmission Line To Serve Grand Parkway Market Place Within Dowdell Public Utility District.

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

All proposals shall be accompanied by a Bid Bond in an amount equal to ten percent (10%) of the total price of the bid contained in the proposal, payable without recourse to GP Marketplace 1750, LLC on behalf of Dowdell Public Utility District, as a guarantee that bidder will enter into a contract and execute a Performance Bond and Payment Bond in an amount equal to 100% of the contract price, from a surety company holding a permit from the State of Texas to act as surety. The Bid Bond must be enclosed in the same envelope with the bid. Bids without Bid Bonds will not be considered.

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

Plans, specifications and bidding documents may be secured from the office of R. G. Miller Engineers, Inc., 16340 Park Ten Place, Suite 350, Houston, Texas 77084, for a non-refundable fee of Seventy-Five Dollars ($75.00).

A MANDATORY pre-bid conference will be conducted in the office of R. G. Miller En-gineers, Inc., 16340 Park Ten Place, Suite 350, Houston, Texas 77084, on Tuesday, April 5, 2016, at 10:30 a.m. EACH BIDDER MUST BE REPRESENTED AT THIS PRE-BID CONFERENCE. BIDS WILL NOT BE ACCEPTED FROM ANY BIDDER WHO IS NOT REPRESENTED AT THE PRE-BID CONFERENCE. NO PLANS SHALL BE ISSUED AFTER 5:00 P.M., TUESDAY, APRIL 5, 2016.

NOTICE TO BIDDERSHire Houston First Program – These procurements are subject to the Hire Houston First

Program, which gives a preference to certain local bidders in award of the procurements. For more information, go to:

http://www.houstontx.gov/obo/hirehoustonfirst.html.

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, Public Level, at 11:00 A. M.

All interested parties are encouraged to attend any scheduled pre-bid and/or pre-proposal conference(s). Unless other wise specified, all conference(s) will be held at 901 Bagby, Hous-ton, TX 77002 in the basement of City Hall. 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 https://purchasing.houstontx.gov/. Downloading these documents will ensure all inter-ested parties will automatically receive any updates via e-mail. Interested parties can call (832) 393-8762 for additional information.

PROPOSALS DUE – March 31, 2016Library Collection & Recovery Services for The City of Houston Public Library, S69-T25725 – 24% MWBE Goal - Pre-Proposal Conference will be held on Thursday, March 24, 2016 at 10:00 AM at 900 Bagby, SPD Conference Room 1.

BIDS DUE – April 14, 2016Utility Consultant Services for The City of Houston Administrative and Regulatory Af-fairs (ARA) Department, S72-Q25690 – 0% MWBE Goal - Pre-Bid Conference will be held on Friday, April 01, 2016 at 2:00 PM at 901 Bagby, SPD Conference Room 2.

BIDS DUE – April 14, 2016Guardrail and Bridge Maintenance for The City of Houston Public Works & Engineering Department, S35-S25510 – 11% MWBE Goal - Pre-Bid Conference will be held on Tues-day, March 29, 2016 at 1:30 PM at 901 Bagby, SPD Conference Room 2.

BIDS DUE – April 21, 2016Burglar Alarm Administration Services for The City of Houston Administrative and Regu-latory Affairs (ARA) Department, S19-T25559 – 5.83% MWBE Goal - Pre-Bid Confer-ence will be held on Friday, April 01, 2016 at 10:00 AM at 901 Bagby, SPD Conference Room 2.

BIDS DUE – April 21, 2016Concrete Saw Blade Part II for The City of Houston Public Works & Engineering Depart-ment, S71-S25707 – 0% MWBE Goal - Pre-Bid Conference will be held on Thursday, March 31, 2016 at 10:00 AM at 901 Bagby, SPD Conference Room 2.

36A HOUSTON BUSINESS JOURNAL MARCH 18-24, 2016

Page 6: COMMERCIAL Realtor-Associate® REAL ESTATE …media.bizj.us/view/img/8977492/hbjclass03182016.pdf& Loanna nc. ancy arbara evin rang iara S. nc. encia essica nc. eschool exas ARAI cCall,

LEGALSLEGALS

ADVERTISE YOURLEGAL NOTICES

CALL 713-395-9625

NOTICE TO CREDITORS

NOTICE TO CREDITORSNO. 444746

NOTICE OF APPOINTMENT Notice is hereby given that Original Letters Testamentary for the Estate of FRANKIE R. WEST-DAVIS, Deceased, were issued on March 10, 2016 in Cause No. 444746 pending in the Probate Court No. 3 of Harris County, Texas to:

CLAUDIA ANN WEST DUKE, Independent Executrix

All claims against the Estate of FRANKIE R. WEST-DAVIS, Deceased, should be pre-sented to: L.J. Lacina, Jr., Attorney at Law, P. O. Box 557, Brenham, Texas 77834-0557.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 11th day of March, 2016. Lacina & Kenjura, PC /s/ L. J. Lacina, Jr., Attorney for the Estate.

NOTICE TO CREDITORSNO. P16-015

NOTICE OF APPOINTMENT Notice is hereby given that Original Letters Testamentary for the Estate of ANTONETTE KOTCH, Deceased, were issued on March 8, 2016 in Cause No. P16-015 pending in the County Court at Law of Waller County, Texas to:

SARA A. BARNETT AND BARBARA J. WILGANOWSKI,

Independent ExecutrixesAll claims against the Estate of ANTONETTE KOTCH, Deceased, should be presented to: J. Steven Weisinger, Attor-ney at Law, P. O. Box 2666, Conroe, Texas 77305.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 8th day of March, 2016. Larson & Weisinger /s/ J. Steven Weisinger, Attorney for the Estate.

CITATION BY PUBLICATION---CLASS 5THE STATE OF TEXAS

TO: The unknown heirs of the ESTATE OF: Louise M. Smith, Deceased

GREETING:You are commanded to appear and answer the plaintiff’s petition at or before 10 O’ Clock A.M. of the first Monday after the expiration of Ten (10) days from the date of Publication of this Citation, before the Honorable County Court at Law # 2 of MONTGOMERY County, at the Courthouse in Conroe, Texas.

Said Plaintiff’s Petition was filed on February 15, 2016. The file number of said suit being Number 16-33628-P.The Names of the parties in said suit are: MICHAEL CARLTON SMITH

Applicant(s) to determine heirship of the Estate of LOUSIE M. SMITH, as Plaintiff, and the Unknown heirs of the estate LOUSIE M. SMITH, as Defendant.The nature of said suit being substantially as follows, to wit:

APPLICATION TO DETERMINE HEIRSHIP

GIVEN under my hand and seal of said Court, at office in CONROE, Texas, this 22nd day of February, 2016.

MARK TURNBULL, COUNTY CLERKMONTGOMERY COUNTY, TEXASAimee Stevens, Deputy

DOCKET NO. 45586NOTICE FOR PUBLICATION

NOTICE OF APPLICATION TO AMEND CERTIFICATES OF CONVENIENCE AND NECESSITY (CCN) TO PROVIDE WATER AND SEWER UTILITY SERVICE IN

MONTGOMERY COUNTY, TEXAS

Aqua Texas, Inc. dba Aqua Texas has filed an application with the Public Utility Commis-sion of Texas to amend its Certificates of Convenience and Necessity Nos. 13203 and 21065 for the provision of water and sewer utility service in Montgomery County.

The proposed utility service area is located approximately 5 miles northeast of downtown Tomball, Texas, and is generally bounded on the north by Red Bay Cir; on the east by Sweetgum Rd.; on the south by Springwood Forest Dr.; and on the west by 260’ west of Dry Creek Rd..

The total area for the CCN being requested includes approximately 162 acres and 0 cur-rent customers.

A copy of the proposed service area map is available at: 2211 Louetta Spring Rd., Spring, TX 77388 or call (281)-651-0174

A request for a public hearing must be in writing. You must state (1) your name, mail-ing address, and daytime telephone number; (2) the applicant’s name, application number or another recognizable reference to this application; (3) the statement, “I/we request a public hearing”; (4) a brief description of how you or the persons you represent, would be adversely affected by the granting of the application for a CCN; and (5) your proposed adjustment to the application or CCN which would satisfy your concerns and cause you to withdraw your request for a hearing.

Persons who wish to intervene or comment should write the:

Public Utility Commission of TexasCentral Records

1701 N. Congress, P. O. Box 13326Austin, TX 78711-3326

within thirty (30) days from the date of this publication or notice. A public hearing will be held only if a legally sufficient hearing request is received or if the Commission on its own motion requests a hearing. Only those individuals who submit a written hearing request or a written request to be notified if a hearing is set will receive notice if a hearing is scheduled.

If a public hearing is requested, the Commission will not issue the CCN and will forward the application to the State Office of Administrative Hearings (SOAH) for a hearing. If no settlement is reached and an evidentiary hearing is held, SOAH will submit a recommenda-tion to the Commission for final decision. If an evidentiary hearing is held, it will be a legal proceeding similar to a civil trial in state district court.

If you are a landowner with a tract of land at least 25 acres or more, that is partially or whol-ly located within the proposed area, you may request to be excluded from the proposed area (or “opt out”) by providing written notice to the Commission within (30) days from the date that notice was provided by the applicant. All request to opt out of the requested service area must include a scaled, general location map and a metes and bounds description of the tract of land.

Persons who meet the requirements to opt out, and wish to request this option should file the required documents with the:

Public Utility Commission of TexasCentral Records

1701 N. Congress, P. O. Box 13326Austin, TX 78711-3326

A copy of the request to opt out of the proposed area must also be sent to the applicant. Staff may request additional information regarding your request.

Si desea informacion en Espanol, puede llamar al 1–512-936-7221

DOCKET NO. 45587NOTICE FOR PUBLICATION

NOTICE OF APPLICATION TO AMEND A CERTIFICATE OF CONVENIENCE AND NECESSITY (CCN) TO PROVIDE WATER AND SEWER UTILITY SERVICE IN

MONTGOMERY COUNTY, TEXAS

Aqua Texas, Inc. dba Aqua Texas has filed an application with the Public Utility Commis-sion of Texas to amend its Certificates of Convenience and Necessity Nos. 13203 and 21065 for the provision of Water and Sewer utility service in Montgomery County.

The proposed utility service area is located approximately 13.7 miles Southwest of down-town Conroe, Texas, and is generally bounded on the north by Hardin Store Rd.; on the east by Dobbin Huffsmith Rd.; on the south by Carraway Ln.; and on the west by N. Creek Dr..

The total proposed area being requested includes approximately 67 acres and 0 current customers.

A copy of the proposed service area map is available at: 2211 Louetta Spring Rd., Spring, TX 77388 or call (281)-651-0174

A request for a public hearing must be in writing. You must state (1) your name, mail-ing address, and daytime telephone number; (2) the applicant’s name, application number or another recognizable reference to this application; (3) the statement, “I/we request a public hearing”; (4) a brief description of how you or the persons you represent, would be adversely affected by the granting of the application for a CCN; and (5) your proposed adjustment to the application or CCN which would satisfy your concerns and cause you to withdraw your request for a hearing.

Persons who wish to intervene or comment should write the:

Public Utility Commission of TexasCentral Records

1701 N. Congress, P. O. Box 13326Austin, TX 78711-3326

within thirty (30) days from the date of this publication or notice. A public hearing will be held only if a legally sufficient hearing request is received or if the Commission on its own motion requests a hearing. Only those individuals who submit a written hearing request or a written request to be notified if a hearing is set will receive notice if a hearing is scheduled.

If a public hearing is requested, the Commission will not issue the CCN and will forward the application to the State Office of Administrative Hearings (SOAH) for a hearing. If no settlement is reached and an evidentiary hearing is held, SOAH will submit a recommenda-tion to the Commission for final decision. If an evidentiary hearing is held, it will be a legal proceeding similar to a civil trial in state district court.

If you are a landowner with a tract of land at least 25 acres or more, that is partially or whol-ly located within the proposed area, you may request to be excluded from the proposed area (or “opt out”) by providing written notice to the Commission within (30) days from the date that notice was provided by the applicant. All request to opt out of the requested service area must include a scaled, general location map and a metes and bounds description of the tract of land.

Persons who meet the requirements to opt out, and wish to request this option should file the required documents with the:

Public Utility Commission of TexasCentral Records

1701 N. Congress, P. O. Box 13326Austin, TX 78711-3326

A copy of the request to opt out of the proposed area must also be sent to the applicant. Staff may request additional information regarding your request.

Si desea informacion en Espanol, puede llamar al 1–512-936-7221

CITATION BY PUBLICATIONCAUSE NUMBER: 2015-54673

Plaintiff: HARRIS, LAKEDRA (INDIVIDUALLY AND AS NEXT FRIEND OF KAYLE SMITH) (MINOR CHILD) Vs. Defendant: EL-WARD, JACOB

THE STATE OF TEXASCounty of Harris

NOTICE TO DEFENDANT: “You have been sued. You may employ an attorney. If you or your attorney do not file a written answer with the clerk who issued this citation by 10:00 a.m. on the Monday next following the expiration of forty-two days after the date of issuance of this citation and petition, a default judgment may be taken against you.”

To: JACOB EL-WARD

YOU ARE HEREBY COMMANDED to be and appear before the 151st Judicial District Court of Harris County, Texas in the Courthouse in the city of Houston, Texas at or before 10:00 o’clock A.M. Monday, the 04th day of APRIL, 2016, being the Monday next after the expiration date of forty-two days after this citation is issued, and you are hereby commanded and required then and there to appear and file written answer to the PLAINTIFFS ORIGI-NAL PETITION, filed in said Court on the 16th day of SEPTEMBER, 2015, in a suit num-bered 2015-54673 on the docket of said court, wherein LAKEDRA HARRIS (INDIVIDU-ALLY AND AS NEXT FRIEND OF KAYLE SMITH) (A MINOR CHILD) Plaintiff(s) and JACOB EL-WARD Defendant(s), the nature of plaintiff’s demand being and the said petition alleging: MOTOR VEHICLE ACCIDENT

SYNOPSIS:Plaintiff Lakedra Harris individually and as next friend of Kayle Smith, a minor child filed suit against Defendant, JACOB EL-WARD to recover damages for personal injuries sustained by plaintiff in a collision in Harris, County, Texas which was collision was approximately cause by the negligence of the Defendant, JACOB EL-WARD. The case is styled Cause No. 2015-54673, Lakedra Harris individually and as next friend of Kayle Smith a minor child v. Jacob El-Ward, Jonathan Lacayo and Daniel Lacayo, in the 151st Judicial District Court of Harris County, Texas.

Notice hereof shall be given by publishing this Citation once a week for four consecutive weeks previous to the 29th day of MARCH, 2016, in some newspaper published in the County of HARRIS, if there be a newspaper published therein, but if not, then the nearest county where a newspaper is published, and this Citation shall be returned on the 04th day of APRIL, 2016, which is forty two days after the date it is issued, and the first publication shall be at least twenty-eight days before said return day.

HEREIN FAIL NOT, but have before said court on said return day this Writ with your return thereon, showing how you have executed same.WITNESS: CHRIS DANIEL, District Clerk, Harris County Texas

GIVEN UNDER MY HAND AND SEAL OF SAID COURT at Houston, Texas this 18th day of FEBRUARY, 2016.

CHRIS DANIEL, District ClerkHarris County, Texas201 CAROLINE, Houston, Texas 77002P. O. Box 4651, Houston, Texas 77210CHAMBERS, WANDA Deputy District Clerk

INVITATION TO BIDSealed bids, in duplicate will be received by Harris County Utility District No. 14 at the

office of the Landscape Architect for the District, EHRA, 10555 Westoffice Drive, Houston, Texas until 3:00 p.m., Wednesday, April 13, 2016, at which time all bids will be publicly opened and read for the construction of the project:

HARRIS COUNTY UTILITY DISTRICT NO. 14WEST GREENS ROAD DETENTION BASIN TRAIL

PROJECT NO. 151-059-00-100 (L)

A mandatory Pre-Bid Conference will be held on Wednesday, March 30, 2016, at 3:00 p.m., at the office of the Landscape Architect for the District, EHRA, 10555 Westoffice Drive, Houston, Texas.

Project scope shall include the demolition and reconstruction /grading of drainage swale with concrete sidewalk and pilot channel; construction of decomposed granite trail with con-crete curbs; tubular steel fencing; benches; and litter receptacles. The project site is located on Harris Key Map No. 371 N.

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

Each Bid must be accompanied by a Certified or Cashier’s Check, from a responsible bank in the State of Texas, or a Bid Bond, issued by a surety legally authorized to do business in the State of Texas, equal to five percent (5%) of the total bid amount.  Make the Cashier’s Check, Certified Check or Bid Bond payable to the Owner.The Owner reserves the right to reject any or all bids or to accept any bid deemed advanta-geous to it and waive informalities in bidding. All bids received after the closing time above designated will be returned unopened.

INVITATION TO BIDSealed bids, in duplicate, addressed to Clear Lake City Water Authority will be re-

ceived at the office of the Clear Lake City Water Authority, 900 Bay Area Blvd., Houston, Texas 77058, until 10:30 am, April 12, 2016, and then publicly opened and read for furnish-ing all labor, material and equipment and performing all work required for the construction of the following work:

Sanitary Sewer Phase 68 Rehabilitation;Clear Lake City Water Authority; Harris County, Texas;Project No. 120-11878-000-400

A mandatory pre-bid conference for prospective bidders will be held at the office of Clear Lake City Water Authority, 900 Bay Area Blvd., Houston, Texas 77058, on April 5, 2016, at 11:00 am. 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 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 Project Name – ID 24170-120-11878-000. It is the responsibility of the contrac-tor 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.

with a little more class.CLASSIFIEDS...

MARCH 18-24, 2016 HOUSTON BUSINESS JOURNAL 37A