real estate helping you find what private loans you need ... · mezzanine | climate controlled |...

6
36 HOUSTON BUSINESS JOURNAL APRIL 27-MAY 3, 2018 BUSINESS MARKETPLACE Equity Secured Capital REAL ESTATE PRIVATE LOANS www.equitysecured.com | 512-732-8338 Texas Direct Private Lender Close in 7 Days • Only 1% Fee DISTINCTIVE PROPERTIES Multi‐Parcel Land Auction 905 S. Fillmore Ste. 102 Amarillo, TX 79102 · TX Auctioneer Lic. #16802 8 0 0 2 9 9 L A N D 5 2 6 6 3 Brazos Bend Area Development Property 226 Acres offered in 8 Tracts T u e s d a y , M a y 1 s t a t 2 : 0 0 p m George Ranch Historical Park 10215 FM 762 Rd. Richmond, TX 77469 1621 6th St., Bay City, TX 77414 TX Broker License #591717 5 % B u y e r P r e m i u m * * R e v i e w a l l A u c t i o n T e r m s a n d C o n d i t i o n s a v a i l a b l e o n o u r w e b s i t e . C l i f t L a n d A u c t i o n s . c o m 12.97 Acres with 4 Structures from the 1800’s with 5 bedrooms, 4 baths, a pond, massive oaks and pecan trees. 101 MAIN STREET | 979.249.5732 | ROUNDTOPREALESTATE.COM FRANK HILLBOLT REALTOR® Associate 979.249.6402 [email protected] LONE STAR FARM | ROUND TOP, TEXAS | $1,650,000 156 ACRE COUNTRY ESTATE Country Lifestyle Living River Oaks comes to the country! 156 acres located in the most desirable area of Waller County. Private gated entrance, 7,000+/ sq.ft., ultimate privacy, barns, pastures, pool, cottage, more. $3,990,000 • 832-642-6789 • IKnowRanches.com Houston Business Journal Distinctive Properties For more information or to speak to an Ad Representitive call 713-688-8811 to advertise At your door and at your service... Located at I-10 & Beltway 8 | 6,300 sq ſt plus 6,300 sq ſt of mezzanine | climate controlled | alarmed | $5000/mo. CALL 713-467-6436 FOR MORE INFO CLIMATE CONTROLLED WAREHOUSE SPACE FOR LEASE AVAILABLE JULY 2018 Helping you find what you need for your business. FOR MORE INFORMATION CALL Lenora Black | 713-395-9625 | [email protected] FOR MARKET PLACE OR EMPLOYMENT INFO: LENORA BLACK 713-395-9625 [email protected] CONNECT WITH OUR AUDIENCE BY ADVERTISING IN THE HOUSTON BUSINESS JOURNAL'S BUSINESS MARKETPLACE 34 Average years reader's firm has been in business 77% Majority of HBJ readers plan to allocate 1-10% of their revenue towards marketing $250,000 Average reader's household income 58% Are owners or partners in their companies For more information or to speak to an Ad Representitive call 713-688-8811

Upload: others

Post on 06-Oct-2020

0 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: REAL ESTATE Helping you find what PRIVATE LOANS you need ... · mezzanine | climate controlled | alarmed | $5000/mo. CALL 713-467-6436 FOR MORE INFO CLIMATE CONTROLLED WAREHOUSE SPACE

36 HOUSTON BUSINESS JOURNAL APRIL 27-MAY 3, 2018

EMPLOYMENT BUSINESS MARKETPLACE

Equity Secured Capital

REAL ESTATEPRIVATE LOANS

www.equitysecured.com | 512-732-8338

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

DISTINCTIVE PROPERTIESDISTINCTIVE PROPERTIES

Multi‐ParcelLandAuction

905S.FillmoreSte.102Amarillo,TX79102·TXAuctioneerLic.#16802

800‐299‐LAND�52663

BrazosBendAreaDevelopmentProperty226�Acresofferedin8TractsTuesday,May1stat2:00pmGeorgeRanchHistoricalPark10215FM762Rd.Richmond,TX77469

16216thSt.,BayCity,TX77414TXBrokerLicense#591717

5%BuyerPremium**ReviewallAuctionTermsand

Conditionsavailableonourwebsite.

CliftLandAuctions.com

12.97 Acres with 4 Structures from the 1800’s with 5 bedrooms, 4 baths, a pond, massive oaks and pecan trees.

101 MAIN STREET | 979.249.5732 | ROUNDTOPREALESTATE.COM

FRANK HILLBOLTREALTOR® [email protected]

LONE STAR FARM | ROUND TOP, TEXAS | $1,650,000 156 ACRE COUNTRY ESTATE

Country Lifestyle Living River Oaks comes to the country! 156 acres located in the most desirable area of Waller County. Private gated entrance, 7,000+/

sq.ft., ultimate privacy, barns, pastures, pool, cottage, more. $3,990,000 • 832-642-6789 • IKnowRanches.com Houston Business Journal Distinctive Properties

For more information or to speak to an Ad Representitive call

713-688-8811 to advertise

At your door and at your service...

Located at I-10 & Beltway 8 | 6,300 sq ft plus 6,300 sq ft of mezzanine | climate controlled | alarmed | $5000/mo.

CALL 713-467-6436 FOR MORE INFO

CLIMATE CONTROLLED WAREHOUSE SPACE FOR LEASE

AVAILABLE JULY 2018

Helping you find what you need for

your business.

FOR MORE INFORMATION CALL Lenora Black | 713-395-9625 | [email protected]

FOR MARKET PLACE OR EMPLOYMENT INFO:

LENORA BLACK 713-395-9625

[email protected]

CONNECT WITH OUR AUDIENCE BY ADVERTISING IN THE HOUSTON BUSINESS JOURNAL'S BUSINESS MARKETPLACE

34Average years reader's firm has been in business

77%Majority of HBJ readers plan to allocate 1-10% of their revenue towards marketing

$250,000Average reader's household income

58%Are owners or partners in their companies

For more information or to speak to an Ad Representitive call 713-688-8811

Page 2: REAL ESTATE Helping you find what PRIVATE LOANS you need ... · mezzanine | climate controlled | alarmed | $5000/mo. CALL 713-467-6436 FOR MORE INFO CLIMATE CONTROLLED WAREHOUSE SPACE

LEGALS

INVITATION TO BIDDERSSealed Bids, in duplicate, addressed to Fallbrook Utility District, Attention: Board of Direc-tors, will be received at the office of BGE, Inc.,10777 Westheimer, Suite 400, Houston, TX 77042, until 10:00 AM Local Time, Tuesday, May 8, 2018, and then publicly opened and read for the furnishing of all material, equipment, labor and supervision necessary or incidental to “Construction of Extreme Event Overflow Structures for Fallbrook Utility District, Harris County, Texas.”

Scope of Work includes:

1. Approx. 230 LF of 24-inch RCP removal2. Approx. 210 LF of 48-inch RCP installation including connection to existing

manhole3. Approx. 50 SY of 8-inch reinforced concrete paving replacement4. Approx. 25 LF of 6-inch curb repair5. Approx. 250 SY of 5-inch thick reinforced concrete extreme event overflow6. Approx. 200 CY earthen channel excavation7 Approx. 800 CY off-site disposal utility excavation8. Project will include traffic control enforcement, SWPP, installation of coffer dam and

pumping

Bids received after the closing time will be returned unopened. A NON-MANDATORY pre-bid conference will be held in the office of BGE, Inc., 10777 Westheimer Road, Suite 400, Houston, Texas 77042 on Monday, April 30, 2018, at 2:00 p.m.

Plans, specifications and bid documents are available at www.civcastusa.com, search: 5461-00

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 BIDDERSSealed Bids, in duplicate, addressed to Richey Road Municipal Utility District will be

received at the office of Van De Wiele & Vogler, Inc., 2925 Briarpark, Suite 275, Houston, Texas 77042 until Thursday, May 17, 2018 at 11:00 AM (Local Time), and then publicly opened and read.

Scope of Work of the Contract includes the:

WASTEWATER TREATMENT PLANTMOTOR CONTROL CENTER REPLACEMENT

WITHIN RICHEY ROAD MUNICIPAL UTILITY DISTRICTHARRIS COUNTY, TEXAS

VDW&V PROJECT NO.: 09900-502-6-STP

Bids received after the closing time will be returned unopened. A MANDATORY pre-bid conference will be held on May 3, 2018 at 10:00 AM 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 may be obtained from www.CivcastUSA.com: search Project Number: 09900-502-6-STP. Bidders must register on this website in order to view and/or download specifications, plans, soils report and environmental reports for this project. There is NO charge to view or download documents.

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

Utility District (MUD) No. 433, will be received in the office of BGE, Inc., 10777 Wes-theimer, Suite 400, Houston, Texas, 77042 (281-558-8700), until 2:00 p.m. Local Time, Monday, May 7, 2018, at which time all bids will be opened and publicly read for the furnish-ing of all material, equipment, labor and supervision necessary or incidental to “Construction of Water Plant No. 1 and 2 Hydropneumatic Tank Additions, Harris County, Texas.”

Scope of Project:

Contractor to furnish necessary materials, labor, tools, and equipment for the construction of two (2) 20,000 gallon Hydropnuematic tanks including site preparation, drainage, yard piping, electrical and controls, and all required appurtenances.

Bids received after the closing time will be returned unopened. A MANDATORY pre-bid conference will be held on Tuesday, May 1, 2018, at 3:00 p.m. Local Time, at 26802 Sawmill Creek Drive, 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 or representative was present at the pre-bid conference.

Plans, specifications and bid documents are available at www.civcastusa.com, search: 5528-00.

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 BIDDERSSealed bids, in duplicate, addressed to the Bridgeland Development, LP, on behalf of

Harris Municipal Utility District No. 489, will be received in the office of Bridgeland Devel-opment, LP, 23720 House Hahl Road, Cypress, TX 77433 until 11:00 a.m., May 4, 2018, at which time all bids will be opened and publicly read for the furnishing of all material, equipment, labor and supervision necessary or incidental to the Construction of Bridgeland – Creekside Bend Boulevard and Parkland Crossing Trail Landscape Improvements.

Scope of Project:

1. Concrete Trails2. Planting 3. Irrigation

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

ment, LP, 23720 House Hahl Road, Cypress, TX 77433, on April 27, 2018 at 11:00 a.m. (attendance is MANDATORY)

Plans, specifications and bid documents are available for purchase at the office of Clark Condon Associates, Inc., 10401 Stella Link, Houston, TX 77025. Bidding documents will cost $100.00. Checks are to be made out to Clark Condon Associates, Inc.

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 a performance bond and a payment bond, as provided for in the bid documents, for the full amount of the contract. The Owner reserves the right to reject any or all bids.

ADVERTISEMENT FOR CONSTRUCTION MANAGER AT RISK (CMAR) SERVICES

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

Project Name and Number: NEW SUNNYSIDE HEALTH AND MULTI- SERVICE CENTER WBS: H-000091-0001-4Project Description: The development of the Houston Health Department

(HHD) project will combine a Multi-Service Center and a Health Center into a single new facility; to be located at 4410 Reed Road. The new development will provide for approximately 60,000 square feet of total area in a probable two-story structure.

Qualification Submittal Date: Thursday, May 10, 2018Project Location: 4410 Reed Road, Houston, TX (Key Map: 573C)Project Manager: Gilberto López / (832) 393-8122Estimated Project Budget: $ 24,915,000.Pre-submittal Meeting: Wednesday, May 2, 2018 at 2:00 p.m. City Hall Annex, 900 Bagby, 2nd Floor Conf. Room 242

SOQs will be accepted until 10:30 p.m., local time at the location specified above on the

date shown above. SOQs received after that time will not be accepted. RFQs will be available beginning April 23, 2018 through the City of Houston General

Services website: http://www.houstontx.gov/generalservices/advertisements.html. Addenda will be posted on the website noted above.

It is unlawful for any Contractor to contribute or offer any contribution to a candidate for City elective office during a certain period prior to and following a contract award. (Chapter 18, City of Houston Code of Ordinances (City Code)). Contractor will be required to comply with Anti-discrimination provisions (Chapter 15, Article II, City Code), Pa 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 April 20 and April 27, 2018) Anna Russell, City Secretary

INVITATION TO BIDSealed bids in duplicate addressed to Northampton Municipal Utility District (the

“District”) will be received in the offices of Jones|Carter, 6330 West Loop South, Suite 150, Bellaire, Texas 77401, until 10:00 a.m., Friday, May 4, 2018, and then publicly opened and read for furnishing all plant, labor, material and equipment and performing all work required for the construction of:

WATER PLANT NOS. 1 & 2 IMPROVEMENTS

Water Plant No. 1 is located at 6010 Root Road, Spring, TX 77389. Water Plant No. 2 is located at 24400 Northcrest Drive, Spring, TX 77389.

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

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

ATTENTION: Pursuant to Texas Government Code § 2252.908, unless you are a publicly traded entity or a wholly owned subsidiary of same, you must be able to provide Northampton Municipal Utility District (the “District”) with printed and signed copies of a completed disclosure of interested parties form (Form 1295) and a certificate of filling at the time of the District’s execution of the contract. Failure to do so will result in the District’s inability to execute the contract. To complete the disclosure of interested parties form, or for further information, please visit the Texas Ethics Commission’s website at https://www.ethics.state.tx.us.

There will be a pre-bid conference in the offices of Jones|Carter, 6330 West Loop South, Suite 150, Bellaire, Texas 77401 at 3:00 p.m., Wednesday, April 25, 2018. Attendance is not mandatory.

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

INVITATION TO BIDSealed bids, in duplicate, addressed to Clear Lake City Water Authority, will be re-

ceived at the office of Clear Lake City Water Authority, 900 Bay Area Blvd., Houston, Texas 77058, until 10:00 a.m., May 8, 2018, 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:

Robert T. Savely Water Reclamation Facility UV Flood Mitigation Clear Lake City Water Authority; Harris County, Texas;Project No. 120-12087-000-400

A mandatory pre-bid conference for prospective bidders will be held at the of-fice of Clear  Lake City Water Authority, 900 Bay Area Blvd., Houston, Texas 77058, on May 1, 2018, at 10:00 a.m. No person may represent more than one bidder at the pre-bid conference. If a person claims to represent more than one bidder at the pre-bid conference, the bid of each bidder so represented will be returned unopened. Each bid shall be submitted on the prescribed form and accompanied by a bid bond, cashier’s check, or certified check in the amount equal to ten percent (10%) of total base bid. If certified or cashier’s check is used as bid security, check must be drawn on a responsible bank located in the State of Texas and made payable to Owner only.

Drawings, specifications and bid documents may be obtained from www.civcastusa.com, search Robert T. Savely Water Reclamation Facility UV Flood Mitigation – ID 24170-120-12087-000. It is the responsibility of the contractor bidding the project to ensure the accuracy of the reproduction of all bid documents and construction drawings. This responsibility in-cludes, 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.

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

Utility District No. 457, will be received in the office of BGE, Inc., 10777 Westheimer, Suite 400; Houston, Texas, 77042 (Phone: 281-558-8700) until 10:00 AM, Wednesday, May 9, 2018, at which time all bids will be opened and publicly read for the furnishing of all material, equipment, labor and supervision necessary or incidental to “Construction of Elyson, Sec-tion Eighteen Water, Sanitary Sewer, and Storm Sewer Facilities for Harris County MUD No. 457, Harris County, Texas.”

Scope of Project:

1. Approx. 2,787 LF of 6-inch through 8-inch water line and all appurtenances2. Approx. 3,059 LF of 8-inch sanitary sewer pipe and all appurtenances3. Approx. 3,474 LF of 24-inch through 54-inch storm sewer pipe and all appurtenances

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

day, May 2, 2018 at 10:00 AM. Attendance by each prospective bidder or its representative at the pre-bid conference is MANDATORY and no Bid will be opened unless the bidder or representative was present at the pre-bid conference.

Plans, specifications and bid documents are available at www.civcastusa.com, search: 5310-00.

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 BIDDERSSealed bids, in duplicate, addressed to Sander Engineering Corporation, Attn: Jeff Peña,

will be received at Sander Engineering Corporation 2901 Wilcrest Drive, Suite 550, Houston, Texas 77042, until 2:00 P.M., Tuesday, May 15, 2018, and at that time opened and read aloud publicly, for the furnishing of all plant, labor, materials, equipment, and performing all work required for construction of Water Well No. 4 and Hydro-Pnuematic Tank Addition at Joint Water Plant No. 2 for Harris County Municipal Utility District No. 365. Plans and Specifica-tions are available on CivCastUSA.com or purchased from Sander Engineering Corporation for a non-refundable fee of $50.00 per set. A non-mandatory pre-bid conference will be held at 9:00 A.M. on Thursday May 3, 2018 at Water Plant No. 2. The right is reserved, as the interest of the Harris County Municipal Utility District No. 365 may require, to reject any and/or all bids, and to waive any informality in bids received.

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

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

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

BIDS DUE – MAY 10, 2018Airfield Lighting Supplies Part II for the City of Houston Airport System – Strategic Pro-curement Division – S82-S26536 – 0% MWBE Goal – No Pre-Bid Conference will be held for this procurement – Interested parties may contact Tomeka Richard at 832-393-8786 or email at [email protected].

BIDS DUE – MAY 17, 2018Portable Construction Maintenance Equipment for the City of Houston Fire Department – Strategic Procurement Division – S71-S26475 – 11% MWBE Goal - Pre-Bid Conference will be at 10:00AM, May 4, 2018 at 611 Walker 7th Floor Conference Room 731, Hous-ton, Texas 77002. Interested parties may contact LaTanja Bolden at 832-393-8752 or email at [email protected].

REQUEST FOR PROPOSAL – Sealed proposals will be received in the Office of the City Secretary, City Hall Annex, Public Level, 900 Bagby, Houston, Texas, 77002, due at the time listed on the RFP.

PROPOSALS DUE – MAY 24, 2018 AT 4:00PMTraffic Accident Reports Sales Website for the City of Houston Police Department – Stra-tegic Procurement Division – S76-T26501 – 11% MWBE Goal – Pre-Proposal Confer-ence will be held at 10:00AM, May 9, 2018 at 611 Walker 20th Floor Conference Room, Houston, Texas 77002. Interested parties may contact Bridget Cormier at 832-393-8715 or email at [email protected].

INVITATION TO BIDDERSSealed Bids, in duplicate, addressed to Harris County Municipal Utility District No. 120,

Attention: Gary Gassmann, President, Board of Directors, will be received at LJA Engineering, Inc., 1904 West Grand Parkway North, Suite 120, Katy, Texas 77449 until 10:00 a.m. Local Time, Friday, May 4, 2018 and then publicly opened and read for “Sanitary Sewer Rehabilita-tion 2016/2017 to Serve Harris County Municipal Utility District No. 120 for Harris County Municipal Utility District No. 120, Harris County, Texas.

Scope of Work of the Contract includes the construction of the Sanitary Sewer Rehabilita-tion.

Bids received after the closing time will be returned unopened. A non-mandatory pre-bid conference will be held on Friday, April 27, 2018, at 10:00 a.m. Local Time, at the office of LJA Engineering, Inc., 1904 West Grand Parkway North, Suite 120, Katy, Texas 77449.

Each Bid must be accompanied by a bid bond or a certified or cashier’s check, acceptable to the Owner, in an amount not less than 5 percent of the total amount bid, as a guarantee that the successful bidder will enter into the Contract and execute the Bonds on the forms provided and provide the required insurance certificates within 7 days after the date Contract Documents are received by the Contractor.

Bidding documents may be examined at LJA Engineering, Inc., AGC of Texas, Construct Connect, and Amtek or may be obtained by prospective bidders or suppliers upon payment of one hundred dollars ($100.00 non-refundable plus cost of delivery) ($50.00 for electronic copy) for each set of documents at LJA Engineering, Inc., 1904 West Grand Parkway North, Suite 120, Katy, Texas 77449.

The Owner reserves the right to reject any or all Bids and to waive all defects and irregu-larities 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 advanta-geous to the District and result in the best and most economical completion of the Project.

HARRIS COUNTY MUNICIPAL UTILITY DISTRICT NO. 120INVITATION TO BIDDERS

SEALED PROPOSALS addressed to Harris County Municipal Utility District No. 105 for Clearing and Grubbing to Serve Lantana Development Detention Facilities, LJA Job No. 2025-1005, will be received at the office of LJA Engineering, Inc., 1904 W Grand Parkway North, Suite 120, Katy, Texas 77449 until 10:00 a.m., Thursday, May 10, 2018, and then publicly opened and read aloud.

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

Harris County Municipal Utility District No. 105 will hold a MANDATORY pre-bid conference at LJA Engineering, Inc., 1904 W Grand Parkway North, Suite 120, Katy, Texas 77449, at 10:00 a.m., Thursday, May 3, 2018. Harris County Municipal Utility District No. 105 reserves the right to reject any and all bids. The Successful Bidder, if any, will be the re-sponsible 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. (Texas Water Code 49.273)

Bid security in the form of Bid Bonds or Cashier’s Check payable to Harris County Mu-nicipal Utility District No. 105 in an amount not less than five percent (5%) of the Bid submit-ted, must accompany each Bid.

APRIL 27-MAY 3, 2018 HOUSTON BUSINESS JOURNAL 37

Page 3: REAL ESTATE Helping you find what PRIVATE LOANS you need ... · mezzanine | climate controlled | alarmed | $5000/mo. CALL 713-467-6436 FOR MORE INFO CLIMATE CONTROLLED WAREHOUSE SPACE

LEGALS

1. 14155 West Hardy 2. 6012 Avenue T LLC 3. 786 Management & Investment Group 4. 95 Sunnywood LLC 5. 9669 FM 1960 LP. 6. 9820 North Freeway, LLC 7. AB-Care, Inc. 8. Accent Packaging, Inc. 9. Accuweld 10. Acevedo, Ruth A. 11. Advance Hydraulics, LLC 12. AFS Group-Balaban Apartments 13. Airline Skate Center 14. Akbar, Naeem 15. Alaei, Mike 16. Aldine First United Methodist Church 17. Aldine Gardens Mobile Home Park 2 18. Alfaro, Ivonne Carballo 19. Ali, S 20. Alkhatib, Akram 21. All Foreign Parts, Inc. 22. Alloy Machine Works Inc. 23. Alpha Machine Shop 24. Alvarez, William 25. Alvarez, Wilman 26. American Clutch & Eqpt., Inc. 27. American Pioneer Investments, Inc. 28. Ameritek Construction Company 29. Amex Collision Service LLC 30. AMG WF LLC 31. Anamoros Real Estate 32. Andrade, Victor 33. Anonymous Alliance of Charitable Organiza-tions, Inc. 34. Apolinario, Deysi E. 35. Aqua Texas, Inc. 36. Arriaga, Armando 37. Arriba Motors 38. Associated Supply Co., Inc. 39. AV Metals, LLC 40. Avila, Carlos 41. Azora Properties, LLC 42. B & F Maintenance Services Inc. 43. Baber, Kelly J. 44. Back/Larose 45. Bad Dog Trucking Inc. 46. Bado, Carlos H. 47. Baehr, Tom 48. Baig, Mirza Q A & 49. Bailiff Enterprises, Inc. 50. Bamex Painting, Inc. 51. Bar-Yam Engineering Co. 52. Batilla, Jr., Joseph R. 53. Bayou Forest Village, Inc. 54. Beas, Martin 55. Belmarez, Agapito & Andrea 56. Belsan, Robert & Patricia 57. Benavides, Ricardo A. 58. Bertling, John 59. Best Preowned RV 60. Bhosale, Vishwas 61. Bit Land Co. LLC 62. Blazer Residential 63. Blue Dragon, Ltd. 64. Bonilla, Miguel 65. Botello, Jose 66. Bradley, Clarence Monroe 67. Braughton, Chris 68. Budget Food #2 69. Burch, Duncan 70. Burkes Upholstery 71. Burns, Jim 72. Byler, W. T. 73. C & W Used Car LLC 74. Cactus King 75. Campbell, Douglas 76. Campbell, Murray J. 77. Campuzano, Gustavo 78. Campuzano, J. Gustavo 79. Carey, John B. 80. Case Realty Group, Inc. 81. Castleberry, Wayne 82. Cathedral of Praise Assembly God 83. CBDR Industrial, LLC 84. Cementera Los Compadres, LLC 85. CEMEX Construction Materials Houston, LLC 86. Cepeda, Jose 87. Champs Water Company 88. Chapela, Jose 89. Chavez, Rigoberto & Rosa 90. Chen Family Trust 91. Cheval Construction Group, LLC 92. Chevron Mart, Inc. 93. Chhim, Sam 94. Chow, Leslie N. 95. Church of Living God 96. Cisneros, Sergio & Martinez, Marina

97. Clark, Michael 98. Clark's Exporting Packing, LP 99. Clepper, Ellis W. 100. CLM Equipment, Inc. 101. Cobalt Properties, LTD, Reverend Farley T. 102. Cobas Maria 103. Cobas, Maria A. 104. Cole, James J. 105. Collins, Charles 106. Colossal Estates, LLC 107. Comanche Auto Parts # 1, Inc. 108. Copart 109. Cougar Pallet, Inc. 110. Cowser, Sande 111. Craftmasters 112. Cross Gerald 113. Cruthirds, Keith 114. CSC Brothers Holding LLC 115. CSC Brothers Holdings LLC 116. CubeSmart, LP 117. Curlee Manufacturing Co. 118. Cyclone Enterprises, Inc. 119. Cypresswood Green POA 120. D & J Machine Works 121. D & KW Properties VII, LLC 122. D & S Properties LP 123. Dalu, Mike 124. Danley, I.J. 125. Daring, Allen 126. Davecase Holdings LLC 127. Dayton Superior Corporation 128. De Hart, Rodger K. 129. De Leon, Jacinto 130. Deen, Arif 131. Defoe, Maria J. 132. DeLaCruz, Juana 133. DeLaFuente, Sr., Leonard 134. Delagarza, Carlos A. 135. DeLeon, Abelino 136. Deloache Jr., William 137. Deportivo Mi Jalisco 138. Dewnani, Arjun 139. Diamond Bar M. Inc. 140. Diaz, Alfredo 141. Diaz, Nancy 142. Diversified Shelter, Inc. 143. DLRW Limited LP 144. Do, Nga T. 145. Dominion Properties LP 146. Don, Rogelio 147. Dooyema, Curtis 148. Dream Ballroom, LLC 149. Drilex Corp 150. Dugan, Carrie & Tom 151. Duque, Luis G. 152. Earthman Resthaven Cemetery 153. Ebert Jr., Elbia Leo 154. Ed Bass Telephone Rd Storage 155. Edens Landing 156. Edwards Holdings, Inc., Bill C. 157. Elias, Jose R. 158. Entrust Retirement Services Inc 159. Escalante, Alfonso 160. Escobar, Adonay 161. ESI Leasing 162. Espinosa, Maria 163. Etheridge, James 164. Fajardo, Antonio 165. Farrell Road Development, Ltd. 166. Fatima Family Village 167. First American Trees and Plants, LLC 168. Flores, Baltazar 169. Flores, Francisco 170. Forsyth, Jeffrey A. 171. Four Rangers, Inc. 172. Fraga, Josefina 173. Franklin Hamilton Group LP 174. Franklin Machine & Gear Corp. 175. Frazier, Gary 176. Friedkin Realty - Hardy Limited 177. Fuentes, Jose 178. Gainsborough Holdings LLC 179. Gaitan, Esequiel 180. Galindo, Gerardo 181. Galveston County Water Control & Improvement District No. 12 182. Gandhi, Piyush 183. Garcia, Jaime 184. Garcia, Joe 185. Garcia, Jose H 186. Garcia, Juanita 187. Garcia, Stevan 188. Garfam Industries, Inc. 189. Garland Holdings LLC 190. Garry Welborn & Associates Inc 191. Geotech Engineering and Testing 192. Ghaemi, Kerramatollah

193. Gibson, Bruce & Debbie 194. Giere, Brandon 195. Gill Family Partnership 196. Gin City Land Company, Inc. 197. Glaze, Lonnie 198. Gonzales, Edward 199. Gonzalez, Abilio A. 200. Gonzalez, Gustavo & Zulema 201. Gospel Truth Pentecostal Church 202. Gracia, Carlos & Claudia 203. Graham, Robert D. 204. Great Time Skate, Inc. 205. Greens 14 Partners LP 206. Greenspoint Investor, Ltd 207. Greenwood Village Baptist Church 208. Grimaldo, Vincente & Rudy 209. Groendyke Transport, Inc. 210. Guerrero, Joel 211. Gulf Coast Alloy Welding, Inc. 212. Gulf Coast Crating 213. Gulf Western Ventures, Inc. 214. Gumaro, Sarreon 215. Gurjit, Kaur 216. Gutierrez, Alfonso 217. Guzman, Aldemar 218. Guzman, Antonio G. 219. Guzman, Jaqueline 220. Haas Toyota World, Fred 221. Hajikhani, Ahmad 222. Halliburton Energy Services, Inc. 223. Halliejo, Ltd. 224. Hamilton, Sue A. 225. Hanna, Tony 226. Harris Co. E.S.D. 24 227. Harris Co. M.U.D. 536 228. Harris County Emergency Corps 229. Harris, J. R. 230. Heins, Jo 231. Henderson Rigs & Equipment 232. Henriquez, Marta & Laureano 233. Henry Properties 234. Herbert, Robert S. 235. Hernandez, Calinda 236. Hernandez, Johnny 237. Hernandez, Jose F. 238. Hernandez, Jose, Limited Partnership 239. Hernandez, Miguel 240. Hertel, Dori H. 241. HHC International 242. Hidalgo Auto Sales No. 1, Inc. 243. Highland Threads, Inc. 244. Hilgarth, Peter W. & Eileen E. 245. Hi-Tech Truck Rigging & Equipment Co. 246. Hoke, Henry 247. Holik, Richard & Deanna 248. Holloway, Norma 249. Holly Tree Association, Inc. (Subdivision) 250. Homburg, Kenneth D. 251. Houston Crating Inc. 252. Houston P & G World LLC 253. Houston Pipe Benders, LLC 254. Houston Well Screen 255. Humble Texas Signs LLC 256. Humble Westfield Business Park CCR 257. Humble Westfield Loop Road I, Ltd. 258. Huntsville Gardens, Inc. 259. Hutcherson Tile Co. Inc 260. Huttonco Development, LP 261. Hydradyne LLC 262. Hydril USA Distribution, LLC 263. Iglesia Bautista Principe de paz 264. Iglesia Cristiana Rios de Aqua Viva 265. Iglesia Pentecostal Unida Betal 266. Imperial Oaks Apartments 267. Ingram, Chris 268. Intercoastal Paint Co., Inc. 269. International Roadway Research 270. Inverness Road Industrial Park, LLC 271. Irrigation Solutions & Landscape, LLC 272. Islamic Society Of Greater Houston 273. J & B Professional Cleaning Service LLC 274. J & M Kaiser Holdings 275. J & R Beautiful Homes, Inc. 276. Jackson, Nelda R. 277. Jaimes, Dionicio 278. Jamail's Auto & Truck Services, Inc. 279. James, Patty 280. Jamieson Manufacturing Co., Inc. 281. JATB LLC 282. Jaymar Houston Ventures, LLC 283. JDB Eclectic Properties LLC 284. Jedco Building System Inc. 285. Jen, Yung Ching 286. Jen, Yung-Ching 287. Jesus Galileo Nuno Santiago 288. Jet Machine Works, Inc. 289. Jetco

290. Jimenez, Marco A. 291. Jimenez, Martin 292. Johnson, Cecil 293. Kamal, Mustafa 294. Karbalai, Laura 295. Keen, Ted E. 296. Khan Khan Afsar 297. Khoury Investment Group, Inc. 298. Killingsworth Realty Co. 299. King Fabrication LLC. 300. King Fuels, Inc. 301. Kleiman, Rudy DBA Mt Houston Marine 302. Kootahi, Hamid 303. L & R Auto Repair 304. La Familia De Jesus Inc., Texas 305. Lainez, Roberto 306. Lake at Northpointe HOA C/O: NHCRWA 307. Lallier, John C. 308. Lam, Robert 309. Latino Plaza 310. Law, Jet 311. Lawder, Michael 312. Lazerko, William 313. Le, Huyen 314. Lee, Jack 315. Legacy Belongings LLC 316. Leisure Inn/Galaxy Motel 317. Lemm Rd. Church of Christ 318. Lias Drive In 319. Liberty Equipment Sales Inc. 320. Liberty Tire Recycling 321. Lifeworx Christian Center 322. Lillja Road Baptist Church 323. Lim, Doyoung 324. Lind Investments 325. Linder Family Trust, Richard D. 326. Lindsey Construction 327. Lloyd Leasing Co. 328. LMRB Properties, LLC 329. Lone Star Fasteners, LP 330. Lone Star NGL Mont Belvieu LP 331. Lone Willow MH Park 332. Lopez, Juan George 333. Lopez, Ricardo Bravo 334. Lopez, Severiano & Cordoba, Maria 335. Los Pentecostales Del Nombre De Jesus 336. Lozano, Emilio 337. Lozano, Javier 338. Luna, Martha E. 339. Lyons, Karl 340. M & B Management Services Inc 341. Main Lane Industries 342. Malespin, Boris J. 343. Manchester, Douglas 344. Manning, Walter 345. Mantenimiento Equipos De Proceso S.A. 346. Manuel's Used Auto Parts #2 347. Manzano, Juan Carlos 348. Marek, Robert J 349. Martin, Ricky 350. Martinez, Adan 351. Martinez, Alfredo 352. Martinez, Eloy A. 353. Mata, Rafael 354. Mauch, Archie 355. Mayorquin, Jose 356. McAdoo, George 357. McAlexander, Carter 358. McClellan, Richard 359. McDaniels Metals, Inc. 360. Mcelroy Properties 361. McFarland Village, Inc. 362. McGee, Darrell 363. Mead, Walter S. 364. Mease, Frank 365. Medrano, Francisco G. 366. Mendoza, Benjamin 367. Menmon Group Inc. 368. Merino, Martin 369. Mesquite MHP, LLC 370. Meyer, Louis H. 371. Milestone Metals, Inc. 372. Miller MHP, LLC 373. Miller, Michael J. 374. Mireles, Juan 375. Mission Indev 376. Missions, Inc. dba Jesus Centers 377. Mogas Industries, Inc. 378. Molina, Rodrigo 379. Monjaraz, Fausta 380. Monjaraz, Pedro 381. Mountain Boulevard Apartments, L.P. 382. Munoz, Domingo G. 383. Munoz, John 384. Munoz, Rafael 385. Murtala, Ghulam 386. Mustafa, Kamal

387. Nan Zhao 388. Nandlal, Bhagpati 389. Navarro, Juvenal 390. Neal, Thomas 391. Neely, Robert 392. Nelson, Keith W. 393. New Freight Transport, LLC. 394. Nexgen Advanced Fuel Systems 395. Nguyen, Teresa & Nguyen Catherine 396. Nichols Jr., John 397. Noble Country, Inc. 398. North Houston Pole Line, LP 399. North Point Villa, Inc. 400. Northey, Mel 401. Northview Baptist Church 402. Nowak, Thelma 403. Nowiczewski, Joe 404. OEM Components, Inc. 405. Orange Grove Water Supply 406. ORKIII Investments, LLC. 407. Osorio, Nayda P. 408. O'Toole, Paul 409. Overseas Distributors, Inc. 410. P.D.S. Manufacturing, Inc. 411. Panda Holdings LLC 412. Parkins, Deborah 413. Pathway Church of the Nazarene, The 414. Peach Leaf Business Park 415. Pedraza Ventures 416. Pelletier Construction Inc., Rob 417. Perez, Rosa 418. Perez, Ruben 419. Peterson, Ralph 420. Petro Valve 421. Petwell Management Aldine, LLC 422. Pfokawi Group 423. Pham, Be U. 424. Pietsch, Tanya Denise 425. Pinnacle Air Service Co., LLC 426. Pizano, Homero 427. Plusco, Inc. 428. Poarch Swinbank, LLC 429. Pokorova Ukrainian Parish 430. Porter Ready Mix, Inc. 431. Prarinya Joe Chunapongse Trust 432. Preferred Technologies, Inc. 433. Progressive Waste Solutions of TX, Inc. 434. Prosperity Bank 435. PV Rentals, Inc. 436. Ramada IAH 437. Rankin Housing Partners, LP 438. Raven Mechanical 439. Raymond, Jo Ann F. 440. Razi, Mike 441. Reactive Downhole Tools USA Inc. 442. Red Dot RV & MH Park 443. Red Dot RV Park 444. Redmond, James 445. Reliable Turbine Services, LLC 446. Republic 5 Properties (AFC Transportation) 447. Reyes, Jackland A. 448. Right Move Storage, LLC 449. Rigid Business Park, LLC 450. Rigid Global Buildings 451. Riley Fuzzel Farm 452. Riney, Howard D. 453. Rios, Antonio 454. Rivas, Julio & Veronica 455. Rivera, Abdias 456. Rivero, Jose 457. Robco North Eldridge, LLC 458. Rock Ministries International, The 459. Rodriguez, Jose 460. Rodriguez, Jose F. 461. Rodriguez, Jose G. 462. Rolos Carburetors 463. Romano, Ernie 464. Rosas, Abigail 465. Rotary Components International, Inc. 466. Roth Self Storage 467. Royal Bath Manufacturing Co. 468. RS Concrete, LLC 469. Rubio, Evaristo 470. Ruhee Development, LLC 471. Ruiz, Jose Crisanto 472. Rushing, Gerald 473. Russell Mfg. and Fab. Inc. 474. Ryan, Sheryl 475. Saint Dennise, Jennifer 476. Salazar, Adan 477. Saldana, Vincente 478. Salmeron, Jessica 479. Samco Enterprises, Inc. 480. Sampogna Properties, LP 481. Sanchez, Irma 482. Sanchez, Juana 483. Sanchez, Salvador

Harris-Galveston Subsidence District1660 West Bay Area Blvd.

Friendswood, Texas 77546-2640www.subsidence.org

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

5/8/2018NOTICE IS HEREBY GIVEN to all county and municipal governments and to all interested persons within the Harris and Galveston Counties: That the Board of Directors of the Harris-Galveston Subsidence District will hold hearings on applications for new well permits and for renewal or amendment of existing permits or requests to reconsider denial of well registrations submitted by the below listed parties, on May 8, 2018, beginning at 9:00 a.m., at the office of the Harris-Galveston Subsidence District, 1660 West Bay Area Blvd., Friendswood, Harris County, Texas.

NOTICE is hereby specifically given to:

38 HOUSTON BUSINESS JOURNAL APRIL 27-MAY 3, 2018

Page 4: REAL ESTATE Helping you find what PRIVATE LOANS you need ... · mezzanine | climate controlled | alarmed | $5000/mo. CALL 713-467-6436 FOR MORE INFO CLIMATE CONTROLLED WAREHOUSE SPACE

LEGALS

An Order to convert to alternate water will be considered at said hearing for the following:

1. 1101 REALTY LLC 2. E & S Partners, LLC

3. Escobedo, Jose G. 4. Hays Utility South Corp.

5. Joy Lutheran Church 6. Kamp, Chance

7. Laskowski, Derrick 8. Lauder Rd., Inc.

9. Nantucket Housing, LLC 10. Schroeder, Rick

11. Urban 45, LP 12. W & A Business Services, INC

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

Sincerely,Vanson TruongPermit Clerk

1. Alwan Group LLC 2. Barnett, Manualita

3. Jagarnauth, Mabadeo & Bhoonawatti 4. Kingston, Micheal E.

5. KV Land, LLC 6. Lazo, Joel

7. Maniha, Mark 8. MJP Tile & Coping Inc.

9. Momentum Rental & Sales, Inc. 10. Ralston Acres Water Supply, Inc.

11. Ramirez, Jose 12. Tejeda, Maximo /MCM Houston Tejas Tubular

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

484. Sanchez, Victor & Ismael 485. Sandoval, Jose Marcial 486. Santiago, Reyes Leonides 487. Sardina, Ivette 488. Sarmasag Tool Manufacturing Inc. 489. Saxton Enterprises, Inc. 490. Schneider, Don 491. School of Martial Arts Inc. 492. Schultz, Earl 493. Segovia Jr., Salvador & Gloria 494. Serrato, Carlos 495. Service First Grease Recycling 496. SET Industries 497. Sharafi, Shawn & Farzanh Mozafrian 498. Shekhani, Afzal 499. Shekhani, Afzal Al 500. Silva, Dagoberto 501. Smith, Claire 502. Soccer Locker 503. Softail, Inc.

504. Solhja, Ali 505. Solhjou, Bahram 506. Solhjou, Houshang 507. Sosa, Elodio 508. Sosa, Elodio & Mayola 509. Soudjani, Ali 510. Southern Crushed Concrete 511. Southern Crushed Concrete, Inc. 512. Spring Baptist Church 513. Spring Lakes HOA 514. Sprint Sand and Clay 515. SRC Water Supply 516. St. Leo Catholic Church 517. St. Matthew Lutheran Church 518. Stonehedge Owners Assoc., Inc. 519. Stratton Development & Construction 520. Structural Steel Products, Inc. 521. Sun Light Motel 522. SWEA Gardens Estates Utility 523. SWHT LLC

524. Tafarroji, Jafar 525. Taylor Tire & Auto 526. TBJ, Inc. dba American Rent-All 527. Tejeda, Rafael 528. Telge Business Park II 529. Templo de Poder y Gozo 530. Templo Poder Y Gozo 531. Texas Stairs & Rails, Inc. 532. Tex-Fin Corporation 533. Tex-Star Services Inc 534. Third Coast Industries LLC-Sweetwater Series 535. Thomas, Robert 536. Thomas, Robert & Heidi 537. Thompson, Roger & Patrick Williams 538. Thornton, Gary 539. Threepence Limited 540. Thrifty Car Rental 541. Tijerina, Farid 542. Timbercrest Partners, LLC 543. Tin Men Properties LLC

544. TOF Properties, LLC 545. Toghani, H. 546. Total Site, Inc. 547. Town & Country Market 548. Tran, Thomas 549. Trendsetter Engineering Inc 550. Trinity RCT, GP, LLC 551. Truong, Kim-Loan 552. TS Upset & Thread 553. TSW Financial 554. Turcios, Francisco 555. United Structures of America, Inc. 556. Universal Steel America, Inc. 557. Valdez, Jason 558. Valdez, Jose F. 559. VAM USA 560. Van Buskirk, Darrell 561. Velasquez, Mario 562. Velazquez, Candelaria 563. Verdeja, Luis

564. Villalpando, Jesus 565. Vonarb, Randy 566. Von-Arb, Randy dba Skyline Construction 567. Waverly Real Estate Group, LLC 568. Welding Outlets Inc. 569. Western Data System, Inc 570. Westfield Church of Christ 571. White, Robbie W 572. Whitman, Randal 573. Williams, Deborah 574. Williamson, Holly 575. WKND Corp.-Mobile Home Park 576. WKND Corporation 577. Woodlands Camper & RV 578. Woodloch MHP LLC 579. Woodloch MHP, LLC 580. Worship Tabernacle Church 581. Wu, Hunter 582. Yanes, Hector 583. Yellow Big Horn, Ltd.

INVITATION TO BIDDERSSealed Bids, in duplicate, addressed to Harris County Municipal Utility District No. 423,

Attention Ms. Patricia Scholes, President, Board of Directors, will be received at the office of Jones & Carter, Inc., 6330 West Loop South, Suite 150, Bellaire, Texas 77401, until 10:30 a.m. Local Time, May 11th, 2018, and then publicly opened and read for “Construction of Water, Sanitary, and Drainage Facilities in Balmoral Sec 6 for Harris County Municipal Utility District No. 423, Harris County, Texas”.

Scope of Work of the Contract includes the Construction Water, Sanitary, and Drainage Facilities in Balmoral Sec 6.

Bids received after the closing time will not be opened and will be delivered to the Owner for its consideration. A non-mandatory pre-bid conference will be held on May 4th, 2018, at 10:30 a.m. Local Time, at the office of Jones & Carter, Inc., 6330 West Loop South, Suite 150, Bellaire, Texas 77401.

Each Bid must be accompanied by a bid bond or a certified or cashier’s check, acceptable to the Owner, in an amount not less than 5 percent of the total amount bid, as a guarantee that the successful bidder will enter into the Contract and execute the Bonds on the forms provided and provide the required insurance certificates within 7 days after the date Contract Documents are received by the Contractor.

Copies of the bidding documents may be obtained from www.CivcastUSA.com. Bidders must register on this website in order to view and/or download specifications, plans, soils report and environmental reports for this project. There is NO charge to view or download documents.

Bidding documents may be examined by appointment without charge in the office of Jones and Carter, Inc., 6330 West Loop South, Suite 150, Bellaire, Texas 77401.

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

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

HARRIS COUNTY MUNICIPAL UTILITY DISTRICT NO. 423

NOTICE TO BIDDERSSealed bids, in duplicate, addressed to “HARRIS COUNTY MUD NO. 154” (Owner)

will be received at Burke Engineering, LLC, 10590 Westoffice Drive, Suite 125, Houston, Texas 77042, until 10:00 A.M., Wednesday, May 16, 2018, and at that time opened and read aloud publicly, for the furnishing of all labor, materials, equipment, and performing all work required for:

IMPERIAL TRACE DETENTION POND REHABILITATIONFOR

HARRIS COUNTY MUD NO. 154.

Plans and Specifications will be available on civcastusa.com. A pre-bid conference will be held at 10:00 A.M., Wednesday, May 9, 2018, at Burke Engineering, LLC. Attendance at the pre-bid conference is encouraged but is not mandatory. Inquiries can be directed to Chris Burke, P.E at 713-828-5553 or [email protected]. The right is reserved, as the interest of the OWNER may require, to reject any and/or all bids, and to waive any informality in bids received.

ADVERTISEMENT FOR CONSTRUCTIONCOMPETITIVE SEALED PROPOSALS

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: Hermann Park Clubhouse Civil Site Development WBS. No: F-000788-0002-4Project Description: Parking lots renovations, grading and drainage, retention

pond, new concrete drive, sidewalks and entries, and utili-ties renovations.

Qualification Submittal Date: Thursday, May 17, 2018Proposal Submittal Date: Thursday, June 21, 2018Project Location: 6201 Hermann Park Drive (Key Map No. 533-A)Project Manager: Richard Odlozil / (832) 393-8077Estimated Construction Budget: $ 1.1 millionPre-submittal Meeting: Tuesday, May 8, 2018, 10:30 AM 900 Bagby, 2nd Floor, Conference Room 242Pre-proposal Meeting: Tuesday, June 12, 2018 900 Bagby, 2nd Floor, Conference Room 242

The City of Houston intends to utilize the Competitive Sealed Proposals process as autho-

rized in Chapter 2269, Texas Government Code for the above procurement.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 Document 202 – Proposal Organization and Selec-tion Criteria. After reviewing the Proposers’ qualifications, 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 Request For Competitive Sealed Proposals.

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]. All Addenda will be posted on General Services website for your review.

This Proposal 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. (Chap-ter 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 Enter-prise requirements (Chapter 15, Articles V and VI, City Code and Executive Order 1-2).

Dated: (Publish Friday 4/27/18 and 5/4/18) Anna Russell, City Secretary

NOTICE OF NON-DISCRIMINATORY POLICY AS TO STUDENTS

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

Christ Memorial ECLC - HoustonConcordia Lutheran High – TomballEpiphany Lutheran - HoustonFaith Lutheran – HuntsvilleThe Family of Faith PreschoolGethsemane Lutheran - HoustonGloria Dei Early Childhood MinistryImmanuel Lutheran Early ChildhoodLiving Word Lutheran – WoodlandsLutheran Education Association of HoustonLutheran High North - HoustonLutheran South Academy - Houston

Memorial Lutheran - HoustonOur Savior Lutheran - HoustonPilgrim Lutheran – HoustonResurrection ELC - SpringSalem Lutheran - TomballSt. John ECC - CypressSt. Mark Lutheran - HoustonSt. Timothy Lutheran - Houston Trinity Lutheran - KleinUpbring School of Discovery and Leadership Westlake Prep - Katy

NOTICE TO BIDDERSSealed bids in duplicate, addressed to Costello, Inc. will be received at the office of Costello, Inc., 2107 CityWest Blvd., 3rd Floor, Houston, Texas 77042 until 10:00 a.m. local time on Tuesday, May 8, 2018 and then publicly opened and read for “Construction of Detention Pond 2 for Mustang Crossing and Water, Sewer, and Drainage Improvements for Mustang Crossing Section 5”. A non-mandatory pre-bid conference will be held at the office of Costel-lo, Inc. at 10:00 a.m. local time on Tuesday, May 1, 2018. Plans, specifications and bid documents may also be viewed and downloaded free of charge (with the option to purchase hard copies) at the CivCastUSA Website (www.CivCastUSA.com). Reproduction charges will apply according to CivCastUSA rates.

BID NOTICEThe Klein Independent School District is accepting electronic bids for Automated Cool-ing Tower and Closed Loop System, Bid #19-103 and Custodial Equipment, Bid #19-107 on May 14, 2018 in Room 207 of the Central Office Building. Purchasing Specifications, 832.249.4683.

NOTICE OF SALE OF PROPERTYThe Houston Independent School District is offering to the general public an opportunity

to submit sealed bids for purchase of certain real estate district property listed below. A sealed bid proposal for this property addressed to the Houston Independent School District, Real Estate, will be received at the Board Services Office located on Level 1 of the Hattie Mae White Educational Support Center, 4400 W. 18th Street, Houston, Texas 77092-8501. The bid deadline is 2:00 p.m. on May 15, 2018. Real estate brokers will be entitled to receive a commission not to exceed one percent (1%) from the sales proceeds if such broker and com-mission amount is specifically named and included as part of the successful purchaser’s bid in accordance with HISD bid procedures. The minimum bid that will be accepted for this property will be $550,000.00. Bid proposals must be accompanied by a Bid Security Deposit consisting of a Certified or Cashier’s Check in the amount of $100,000.00. The Bid Security Deposit shall be made payable to the Houston Independent School District. Bid proposals will be subject to automatic rejection if not accompanied by the prescribed form and amount of the Bid Security Deposit. Potential bidders who wish to discuss details of the proposed bid procedures and obtain individual bid packages or general information, or to schedule a tour or a meeting are requested to call Houston ISD’s representative, Yvonne Pruneda with Nan Properties at 832-374-2708 or you may request information and a copy of the offering memorandum by e-mail at [email protected]. This sale is subject to terms contained in the bid package and subject to approval by the HISD Board of Education, and HISD retains the right to accept any bid proposal or reject any or all bids regardless of the bid price, and to withdraw the property from sale at any time. HISD reserves the right to waive informalities in any bid proposal as deemed appropriate by HISD. It is the intent of the Houston Independent School District that the qualified bid proposal which results in the highest net proceeds and/or the greatest net benefit to the school district shall prevail.

The following property will be available for bids to purchase: 1.

1. + 9.3 acres of unimproved land located at 8000 E. Tidwell, Houston, Texas 77078. This property is vacant land.

BID ENVELOPES SHALL BE PLAINLY MARKED:Sealed bid for: Sale of Property8000 E. Tidwell (+ 9.3 acres)Do Not Open Until 2:00 p.m. on May 15, 2018

Any bid received later than the specified time, whether delivered in person or mailed, is subject to rejection.

INVITATION TO BIDDERSSealed Bids, in duplicate, addressed to Harris County Municipal Utility District No. 422,

Attention Mr. Norman Scholes, President, Board of Directors, will be received at the office of Jones & Carter, Inc., 6330 West Loop South, Suite 150, Bellaire, Texas 77401, until 10:00 a.m. Local Time, May 4, 2018, and then publicly opened and read for “Clearing and Grub-bing in Lakewood Pines Phase IV for Harris County Municipal Utility District No. 422, Harris County, Texas”.

Scope of Work of the Contract includes the Clearing and Grubbing for Lakewood Pines Phase IV.

Bids received after the closing time will be returned unopened. A non-mandatory pre-bid conference will be held on April 27, 2018, at 10:00 a.m. Local Time, at the office of Jones & Carter, Inc., 6330 West Loop South, Suite 150, Bellaire, Texas 77401.

Each Bid must be accompanied by a bid bond or a certified or cashier’s check, acceptable to the Owner, in an amount not less than 5 percent of the total amount bid, as a guarantee that the successful bidder will enter into the Contract and execute the Bonds on the forms provided and provide the required insurance certificates within 7 days after the date Contract Documents are received by the Contractor.

Copies of the bidding documents may be obtained from www.CivcastUSA.com. Bidders must register on this website in order to view and/or download specifications, plans, soils report and environmental reports for this project. There is NO charge to view or download documents.

Bidding documents may be examined by appointment without charge in the office of Jones and Carter, Inc., 6330 West Loop South, Bellaire, Texas 77401.

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

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

HARRIS COUNTY MUNICIPAL UTILITY DISTRICT NO. 422

APRIL 27-MAY 3, 2018 HOUSTON BUSINESS JOURNAL 39

Page 5: REAL ESTATE Helping you find what PRIVATE LOANS you need ... · mezzanine | climate controlled | alarmed | $5000/mo. CALL 713-467-6436 FOR MORE INFO CLIMATE CONTROLLED WAREHOUSE SPACE

LEGALS

ADVERTISE YOURSTORAGE NOTICES CALL 713-395-9625

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

113 and MSEC Enterprises, Inc., Attention: David Garrett, President, Board of Directors, will be received at the office of the Engineer, LJA Engineering, Inc., 2929 Briarpark Drive, Suite 150, Houston, Texas 77042, until 10:30 a.m. Local Time, Thursday, May 17, 2018, and then publicly opened and read for “Construction of the Water, Sanitary Sewer & Drainage Facilities to Serve Bronze Trace Dr. Ext. (WF 99 to WF 67) for Montgomery County Municipal Utility District No. 113 and MSEC Enterprises, Inc., Montgomery County, Texas”.

Scope of Work of the Contract includes the water, sanitary sewer & drainage facilities.Bids received after the closing time will be returned unopened. A non-mandatory pre-bid

conference will be held on Thursday, May 10, 2018, at 10:30 a.m. Local Time, at the office of LJA Engineering, Inc., 2929 Briarpark Drive, Suite 150, Houston, Texas 77042.

Each Bid must be accompanied by a bid bond or a certified or cashier’s check, acceptable to the Owner, in an amount not less than 5 percent of the total amount bid, as a guarantee that the successful bidder will enter into the Contract and execute the Bonds on the forms provided and provide the required insurance certificates within 7 days after the date Contract Documents are received by the Contractor.

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

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

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

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

113 and MSEC Enterprises, Inc., Attention: David Garrett, President, Board of Directors, will be received at the office of the Engineer, LJA Engineering, Inc., 2929 Briarpark Drive, Suite 150, Houston, Texas 77042, until 10:00 a.m. Local Time, Thursday, May 10, 2018, and then publicly opened and read for “Construction of the Water, Sanitary Sewer & Drainage Facilities to Serve Central Pine Street Ext. (Ditch 4P to WF 77) for Montgomery County Municipal Utility District No. 113 and MSEC Enterprises, Inc., Montgomery County, Texas”.

Scope of Work of the Contract includes the water, sanitary sewer & drainage facilities.Bids received after the closing time will be returned unopened. A non-mandatory pre-bid

conference will be held on Thursday, May 3, 2018, at 10:00 a.m. Local Time, at the office of LJA Engineering, Inc., 2929 Briarpark Drive, Suite 150, Houston, Texas 77042.

Each Bid must be accompanied by a bid bond or a certified or cashier’s check, acceptable to the Owner, in an amount not less than 5 percent of the total amount bid, as a guarantee that the successful bidder will enter into the Contract and execute the Bonds on the forms provided and provide the required insurance certificates within 7 days after the date Contract Documents are received by the Contractor.

Bidding documents may be examined at LJA Engineering, Inc., AGC of Texas, Construct Connect, and Amtek or may be obtained by prospective bidders or suppliers upon payment of ninety dollars ($90.00 non-refundable plus cost of delivery) ($50.00 for electronic copy) for each set of documents at LJA Engineering, Inc., 2929 Briarpark Drive, Suite 150, Houston, Texas 77042.

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

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

ADVERTISEMENT FOR BIDSCITY OF HOUSTON

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

Project Name: Former Holmes Road Incinerator Remediation and Civil Improvements

Bid Date: Thursday, May 10, 2018Project Location: 3300 Bellfort Street, Houston, Texas (Key Map 533-X)Project Manager: Tim McDonald/832-393-8042Estimated Construction Cost: $1,200,000.00Pre-bid Meeting: Monday May 7, 2018, 10:00 A.M. at 3300 Bellfort Street,

Houston, Texas (Key Map 533-X)

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

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

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

It is unlawful for any Contractor to contribute or offer any contribution to a candidate for City elective office during a certain period prior to and following a contract award. Bidders should refer to Chapter 18, City of Houston Code of Ordinances for filing requirements and further explanation.Dated: (Friday, April 27 and Friday, May 4, 2018) Anna RussellCity Secretary

INVITATION TO BIDDERSSealed Bids, in duplicate, addressed to Five Forks Village, LLC & Detention 99, Ltd. on

behalf of Dowdell PUD will be received at the office of Van De Wiele & Vogler, Inc., 2925 Briarpark, Suite 275, Houston, Texas 77042 until Friday, May 11, 2018 at 10:00 AM (Local Time), and then publicly opened and read.

Scope of Work of the Contract includes the:

5.8 ACRE COMMERCIAL TRACT IMPROVEMENTSWITHIN DOWDELL PUBLIC UTILITY DISTRICT

HARRIS COUNTY, TEXASVDW&V PROJECT NO.: 30012-001-1-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 may be obtained from www.CivcastUSA.com: search Project Number: 30012-001-1-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.

TEXAS COMMISSION ON ENVIRONMENTAL QUALITY

NOTICE OF RECEIPT OF APPLICATION ANDINTENT TO OBTAIN WATER QUALITY PERMIT RENEWAL

PERMIT NO. WQ0014322001

APPLICATION. Brazoria County Municipal Utility District No. 25, c/0 Allen Boone Humphries Robinson LLP, 3200 Southwest Freeway, Suite 2600, Hous-ton, Texas 77027, has applied to the Texas Commission on Environmental Quality (TCEQ) to renew Texas Pollutant Discharge Elimination System (TPDES) Permit No. WQ0014322001 (EPA I.D. No. TX0124737) to authorize the discharge of treated wastewater at a volume not to exceed a daily average flow of 750,000 gallons per day. The domestic wastewater treatment facility is located at 3451 ½ Southfork Freeway, Manvel, in Brazoria County, Texas 77578. The discharge route is from the plant site directly to the American Canal. TCEQ received this application on February 28, 2018. The permit application is available for viewing and copying at Pearland Branch Library, 3522 Liberty Drive, Pearland, Texas. This link to an electronic map of the site or facil-ity’s general location is provided as a public courtesy and not part of the application or notice. For exact location, refer to application.http://www.tceq.texas.gov/assets/public/hb610/index.html?lat=29.531111&lng=-95.388611&zoom=13&type=r

ADDITIONAL NOTICE. TCEQ’s Executive Director has determined the applica-tion is administratively complete and will conduct a technical review of the applica-tion. After technical review of the application is complete, the Executive Director may prepare a draft permit and will issue a preliminary decision on the application. Notice of the Application and Preliminary Decision will be published and mailed to those who are on the county-wide mailing list and to those who are on the mailing list for this application. That notice will contain the deadline for submitting public comments.

PUBLIC COMMENT / PUBLIC MEETING. You may submit public comments or request a public meeting on this application. The purpose of a public meeting is to provide the opportunity to submit comments or to ask questions about the application. TCEQ will hold a public meeting if the Executive Director determines that there is a significant degree of public interest in the application or if requested by a local legisla-tor. A public meeting is not a contested case hearing.

OPPORTUNITY FOR A CONTESTED CASE HEARING. After the deadline for submitting public comments, the Executive Director will consider all timely comments and prepare a response to all relevant and material, or significant public comments. Unless the application is directly referred for a contested case hearing, the response to comments, and the Executive Director’s decision on the application, will be mailed to everyone who submitted public comments and to those persons who are on the mailing list for this application. If comments are received, the mailing will also provide instructions for requesting reconsideration of the Executive Director’s decision and for requesting a contested case hearing. A contested case hearing is a legal proceeding similar to a civil trial in state district court.

TO REQUEST A CONTESTED CASE HEARING, YOU MUST INCLUDE THE FOLLOWING ITEMS IN YOUR REQUEST: your name, address, phone number; applicant’s name and proposed permit number; the location and distance of your property/activities relative to the proposed facility; a specific description of how you would be adversely affected by the facility in a way not common to the general public; a list of all disputed issues of fact that you submit during the comment pe-riod and, the statement “[I/we] request a contested case hearing.” If the request for contested case hearing is filed on behalf of a group or association, the request must designate the group’s representative for receiving future correspondence; identify by name and physical address an individual member of the group who would be adversely affected by the proposed facility or activity; provide the information dis-cussed above regarding the affected member’s location and distance from the facil-ity or activity; explain how and why the member would be affected; and explain how the interests the group seeks to protect are relevant to the group’s purpose.

Following the close of all applicable comment and request periods, the Executive Direc-tor will forward the application and any requests for reconsideration or for a contested case hearing to the TCEQ Commissioners for their consideration at a scheduled Com-mission meeting.

The Commission may only grant a request for a contested case hearing on issues the requestor submitted in their timely comments that were not subsequently withdrawn. If a hearing is granted, the subject of a hearing will be limited to disputed issues of fact or mixed questions of fact and law relating to relevant and material water quality concerns submitted during the comment period. TCEQ may act on an application to renew a permit for discharge of wastewater without providing an opportunity for a contested case hearing if certain criteria are met. MAILING LIST. If you submit public comments, a request for a contested case hear-ing or a reconsideration of the Executive Director’s decision, you will be added to the mailing list for this specific application to receive future public notices mailed by the Office of the Chief Clerk. In addition, you may request to be placed on: (1) the per-manent mailing list for a specific applicant name and permit number; and/or (2) the mailing list for a specific county. If you wish to be placed on the permanent and/or the county mailing list, clearly specify which list(s) and send your request to TCEQ Office of the Chief Clerk at the address below.

INFORMATION AVAILABLE ONLINE. For details about the status of the appli-cation, visit the Commissioners’ Integrated Database at www.tceq.texas.gov/goto/cid. Search the database using the permit number for this application, which is provided at the top of this notice.

AGENCY CONTACTS AND INFORMATION. Public comments and requests must be submitted either electronically at www.tceq.texas.gov/about/comments.html, or in writing to the Texas Commission on Environmental Quality, Office of the Chief Clerk, MC-105, P.O. Box 13087, Austin, Texas 78711-3087. Please be aware that any contact information you provide, including your name, phone number, email address, and physical address will become part of the agency’s public record. For more information about this permit application or the permitting process, please call the TCEQ Public Education Program, Toll Free, at 1-800-687-4040 or visit their website at www.tceq.texas.gov/goto/pep. Si desea información en Español, puede llamar al 1-800-687-4040.

Further information may also be obtained from Brazoria County Municipal Utility District No. 25 at the address stated above or by calling Mr. James McConathy, Dan-nenbaum Engineering Corporation, at 713-527-6368. Issuance Date: April 17, 2018

INVITATION TO BIDDERSSealed Bids, in duplicate, addressed to Memorial Hills Utility District will be received at

the office of Van De Wiele & Vogler, Inc., 2925 Briarpark, Suite 275, Houston, Texas 77042 until Friday, May 11, 2018 at 11:00 AM (Local Time), and then publicly opened and read.

Scope of Work of the Contract includes the:

WWTP GENERATOR REPLACEMENTWITHIN MEMORIAL HILLS UTILITY DISTRICT

HARRIS COUNTY, TEXASVDW&V PROJECT NO.: 04000-501-6-STP

Bids received after the closing time will be returned unopened. A NON-MANDATORY pre-bid conference will be held on May 4, 2018 at 10:00 AM Lo-

cal Time, at the office of Van De Wiele & Vogler, Inc. Attendance by each prospective bidder or its representative at the pre-bid conference is NON-MANDATORY.

Each Bid must be accompanied by a bid bond or a certified or cashier’s check, acceptable to the Owner, in an amount not less than 5 percent of the total amount bid, as a guarantee that the successful bidder will enter into the Contract and execute the Bonds on the forms provided and provide the required insurance certificates within 7 days after the date Contract Documents are received by the Contractor.

Copies of the bidding documents may be obtained from www.CivcastUSA.com: search Project Number: 04000-501-6-STP. Bidders must register on this website in order to view and/or download specifications, plans, soils report and environmental reports for this project. There is NO charge to view or download documents.

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

Utility District No. 434, will be received in the office of BGE, Inc., 10777 Westheimer, Suite 400; Houston, Texas, 77042 (Phone: 281-558-8700) until 2:00 PM, Tuesday, May 15, 2018, at which time all bids will be opened and publicly read for the furnishing of all material, equipment, labor and supervision necessary or incidental to “Construction of Water Plant No. 1 Ground Storage Tank No. 1 and Hydropneumatic Tank Rehabilitation, Har-ris County, Texas.”

Scope of Project:

Contractor to furnish all materials, labor, equipment and appurtenances to power wash, abrasive blast and recoat the internal and external surfaces of 15,000-gallon Hydropneu-matic Tank (HPT), including the abrasive blast and recoat of drain piping and valves; re-place manway gasket; seal footing perimeter; remove and reinstall all sightglass piping and related valves, pipes, and fittings (including heat trace and insulation for all related piping). Contractor to furnish the installation of containment Shrouding for the abrasive blasting and recoating operation for the existing HPT. Contractor to furnish the installation of a new Saf-T-Climb safety rail for Ground Storage Tank (GST) No. 1. Contractor to furnish all materials, labor, equipment, and appurtenances to provide Horizontal Cathodic Protec-tion. Contractor to furnish all materials, labor, equipment, and appurtenances to abrasive blast and recoat booster pump steel valves and fittings and all existing above ground steel yard piping. Contractor to furnish all materials, labor, equipment, and appurtenances to pressure wash, power tool clean, and recoat the existing Control Building. Contractor to furnish all materials, labor, equipment, and appurtenances to power wash, power tool clean, and recoat the existing Generator.

Bids received after the closing time will be returned unopened. A MANDATORY pre-bid conference will be held On Site: 15348 House Road, Cypress,

TX 77433 on Tuesday, May 8, 2018 at 2:00 PM. Attendance by each prospective bidder or its representative at the pre-bid conference is MANDATORY and no Bid will be opened unless the bidder or representative was present at the pre-bid conference.

Plans, specifications and bid documents are available at www.civcastusa.com, search: 661-00.

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.

ADVERTISE YOURLEGAL NOTICES

CALL 713-395-9625

40 HOUSTON BUSINESS JOURNAL APRIL 27-MAY 3, 2018

Page 6: REAL ESTATE Helping you find what PRIVATE LOANS you need ... · mezzanine | climate controlled | alarmed | $5000/mo. CALL 713-467-6436 FOR MORE INFO CLIMATE CONTROLLED WAREHOUSE SPACE

LEGALS

ADVERTISE YOURSTORAGE NOTICES CALL 713-395-9625

NOTICE TO CREDITORSNO. 459233

NOTICE OF APPOINTMENT Notice is hereby given that Original Letters of Guardianship for the Estate of WANDA STANLEY YORSTON, Incapacitated, were issued on March 21, 2018 in Cause No. 459233 pending in the Probate Court No. 1 of Harris County, Texas to:

STACIA LEIGH STOKER, Guardian

All claims against the Estate of WANDA STANLEY YORSTON, Incapacitated, should be presented to: Harry M. Thomson, Jr., Attorney at Law, 8556 Katy Freeway, Suite 120, Houston, Texas 77024.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 24th day of April, 2018. /s/ Harry M. Thomson, Jr., Attorney for the Estate.

INVITATION TO BIDDERSSealed Bids, in duplicate, addressed to Harris County Municipal Utility District No. 423,

Attention Ms. Patricia Scholes, President, Board of Directors, will be received at the office of Jones & Carter, Inc., 6330 West Loop South, Suite 150, Bellaire, Texas 77401, until 10:00 a.m. Local Time, May 11, 2018, and then publicly opened and read for “Construction of Water, Sanitary, and Drainage Facilities in Balmoral Section 8 for Harris County Municipal Utility District No. 423, Harris County, Texas”.

Scope of Work of the Contract includes the Construction of Water, Sanitary, and Drainage Facilities in Balmoral Section 8.

Bids received after the closing time will not be opened and will be delivered to the Owner for its consideration. A non-mandatory pre-bid conference will be held on May 4, 2018, at 10:00 a.m. Local Time, at the office of Jones & Carter, Inc., 6330 West Loop South, Suite 150, Bellaire, Texas 77401.

Each Bid must be accompanied by a bid bond or a certified or cashier’s check, acceptable to the Owner, in an amount not less than 5 percent of the total amount bid, as a guarantee that the successful bidder will enter into the Contract and execute the Bonds on the forms provided and provide the required insurance certificates within 7 days after the date Contract Documents are received by the Contractor.

Copies of the bidding documents may be obtained from www.CivcastUSA.com. Bidders must register on this website in order to view and/or download specifications, plans, soils report and environmental reports for this project. There is NO charge to view or download documents.

Bidding documents may be examined by appointment without charge in the office of Jones and Carter, Inc., 6330 West Loop South, Suite 150, Bellaire, Texas 77401.

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

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

HARRIS COUNTY MUNICIPAL UTILITY DISTRICT NO. 423

ADVERTISEMENT FOR BIDSCITY OF HOUSTON

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

Project Name: Pavement Markings ServicesWBS Number: N-MAO230-0001-4Bid Date: May 17, 2018Project Location: Various streets and intersections throughout the City.Project Manager: Johana Clark, P.E.

Phone Number (832) 395-6685Estimated Construction Cost: $4,884,000.00Prebid Meeting: Tuesday, May 8, 2018, at 9:00AM, N/A Floor, Conference

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

Project Name: Force Main Renewal and Replacement for Stroud Lift Station

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

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

Project 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:https://edocs.publicworks.houstontx.gov/engineering-and-construction/specifications.html.

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

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

It is unlawful for any Contractor to contribute or offer any contribution to a candidate for City elective office during a certain period prior to and following a contract award. Bidders should refer to Chapter 18, City of Houston Code of Ordinances for filing requirements and further explanation.Dated: (Publish Friday, April 27, 2018) Anna RussellCity Secretary

NOTICE TO CREDITORSNO. PR-0078541

NOTICE OF APPOINTMENT Notice is hereby given that Original Letters of Administration for the Estate of NETA JEAN MILLICAN, Deceased, were issued on April 19, 2018 in Cause No. PR-0078541 pending in the Probate Court of Galveston County, Texas to:

MARGARET DIANE MILLICAN, Administrator

All claims against the Estate of NETA JEAN MILLICAN, 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 25th day of April, 2018. /s/ George D. Martin, P. L. L. C., Attorney for the Estate.

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

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

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

BIDS DUE – MAY 17, 2018Two-Way Radios, Parts & Accessories for the City of Houston Information and Technol-ogy Services Department – Strategic Procurement Division – S81-N26544 – 11% MWBE Goal – Pre-Bid Conference will be May 9, 2018 at 10:00AM at City Hall Annex 900 Bagby, 3rd Floor Conference Room #382, Houston, Texas 77002. Interested parties may contact Kelly Patel at 832-393-8737 or by email at [email protected].

BIDS DUE – MAY 24, 2018School Buses, Coaches, Mini Buses and Vans Rental Services for the City of Houston Parks and Recreation Department – Strategic Procurement Division – S23-L26311 – 11% MWBE Goal – Pre-Bid Conference will be May 8, 2018 at 1:00PM at City Hall 901 Bagby St, 4th Floor Conference Room, Houston, Texas 77002. Interested parties may contact Roy Breaux at 832-393-8728 or by email at [email protected].

REQUEST FOR PROPOSAL – Sealed proposals will be received at One Shell Plaza, 910 Louisiana St. 43rd Floor lobby, Houston, Texas, 77002, due at the time listed on the RFP.

PROPOSALS DUE – MAY 22, 2018 AT 11:00AMOutreach, Intake and Case Management Services for the City of Houston Housing and Community Development Department – Strategic Procurement Division – S67-T26599 – 24% MWBE Goal – Pre-Proposal Conference will be May 8, 2018 at 10:00AM at City Hall Annex Council Chambers at 900 Bagby, Ground Level, Houston, Texas 77002. ***Atten-dance at the Pre-Proposal Conference is highly recommended.*** Interested parties may contact Brenda Chagoya at 832-393-8723 or by email at [email protected].

REQUEST FOR QUALIFICATIONS – Sealed proposals will be received in the Office of the City Secretary, City Hall Annex, Public Level, 900 Bagby, Houston, Texas, 77002, due at the time listed on the RFQ.

PROPOSALS DUE – MAY 24, 2018 AT 4:00PMAging and Caregiver Supportive Services for the City of Houston Health Department – Strategic Procurement Division – S72-Q26125 – 24% MWBE Goal – Pre-Proposal Con-ference will be May 8, 2018 at 9:00AM at City Hall Annex 3rd Floor Conference Room #382, 900 Bagby St, Houston, Texas 77002. Interested partied may contact Yvette Smith at 832-393-8765 or by email at [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 Brazoria County Municipal Utility District No. 29, EHRA, 10555 Westoffice Drive, Houston, Texas 77042, and electronic bids delivered via the CivCast website, until 2:30 p.m., Thursday, May 24, 2018, at which time all bids will be publicly opened and read for the construction of the project:

BRAZORIA COUNTY MUNICIPAL UTILITY DISTRICT NO. 29WATER DISTRIBUTION, WASTEWATER COLLECTION

AND STORM WATER FACILITIES TO SERVERODEO PALMS, THE LAKES, SECTION TWO

Project No. 031-039-12 DST (J)

A mandatory Pre-Bid Conference will be held on Thursday, May 17, 2018, at 2:30 p.m., at the office of the Engineer for the District, EHRA, 10555 Westoffice Drive, Houston, Texas.

Project scope shall include installation of approximately 5,910 LF of 4” to 16” PVC wa-terline, 5,510 LF of 8” to 12” PVC gravity sanitary sewer and 3,835 LF of 24” to 48” RCP storm sewer . The project site is located on Brazoria County Key Map No. 652 G.

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.

ADVERTISE YOURLEGAL NOTICES

CALL 713-395-9625

NOTICE TO CREDITORSNO. PR-0078229

NOTICE OF APPOINTMENT Notice is hereby given that Original Letters Testamentary for the Estate of MICHAEL S. IBARGUEN, Deceased, were issued on November 9, 2017 in Cause No. PR-0078229 pending in the Probate Court of Galveston County, Texas to:

LEAH J. IBARGUEN, Independent Executor

All claims against the Estate of MICHAEL S. IBARGUEN, Deceased, should be presented to: Diane V. Perrin, Attorney at Law, 2801 Post Oak Blvd., Suite 260, Houston, Texas 77056.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 25th day of April, 2018. /s/ Diane V. Perrin, Attorney for the Estate.

NOTICE TO CREDITORS

ADVERTISE

YOUR

LEGAL

NOTICES call

713-395-9625

with a little more class.

CLASSIFIEDS...

APRIL 27-MAY 3, 2018 HOUSTON BUSINESS JOURNAL 41