28 BUSINESS JOURNAL MAY 31-JUNE 6, 2019

LEGALS AND CLASSIFIEDS

THE HOUSTON AREA

MARKETPLACE

CLASSIFIEDS OUR WEEKLY AUDIENCE IS READY TO VIEW YOUR JOB OPENING! TO ADVERTISE, CONTACT: LENORA BLACK 713-395-9625 [email protected]

YOUR DISTINCTIVE PROPERTIES DISTINCTIVE PROPERTIES ADVERTISEMENT COULD BE HERE!

3660 GUENTHER RD | LA GRANGE, DISPLAY YOUR PROPERTY LISTINGS HERE FOR ALL OF HBJ'S 80,000 WEEKLY READERS TO SEE!

LILLA BLACKBURN-SIVEK, ABR Broker Associate/Co-Owner 713.301.3012 To Advertise with us, contact [email protected] Rob Cravaritis - Head of Sales at: 6 Acres | 4BD/5BA Home | Large Lake | Beautiful Pool 101 MAIN STREET | 979.249.5732 713-395-9618 | [email protected] Outdoor Kitchen | Firepit | TxLS #116252 | $1,190,000 ROUNDTOPREALESTATE.COM

LEGALS: WHAT HBJ'S Citation By Publication • Storage Notices CLASSIFIED CRE NOTICES: AND LEGAL CRE Developers • CRE Brokerages • Construction SECTIONS MARKET PLACE: HAVE TO Technology • Financial • Retail • Restaurants DISTINCTIVE PROPERTIES: OFFER YOU! Residential Real Estate Agents • Home Builders • Senior Living • Water Front • Landscaping

Advertise your open positions or your legal notices to the Houston Business Journal’s influential audience. For more information about how to submit your information, contact Lenora Black at (713) 395-9625 or ADVERTISE HERE: via email at [email protected]. MAY 31-JUNE 6, 2019 HOUSTON BUSINESS JOURNAL 29 8 11 15 LEGALS

INVITATION TO BIDDERS Montgomery County Municipal Utility District No. 137-NorthGrove INVITATION TO BID Section 7 Neighborhood Park (#H14416) SEALED PROPOSALS addressed to CND-East Shore, LLC, a Texas Limited Liability Sealed bids in duplicate addressed to Montgomery County Municipal Utility District No. Sealed bids in duplicate addressed to Friendswood Development Company, LLC will be Company, on behalf of Montgomery County Municipal Utility District No. 60 for construc- 137 will be received in the offices of TBG Partners; 3050 Post Oak Blvd., Suite 1100; Houston, received in the offices of Jones|Carter, Consulting Engineers, 6330 West Loop South, Suite tion of the Construction of the Water Distribution System, Sanitary Sewer Collection System TX 77056, until 2:30 p.m., June 19, 2019 at which time all bids will be opened and publicly 150, Bellaire, Texas until 10:30 a.m., Friday, June 7, 2019, and then publicly opened and read and Drainage Facilities to Serve The Woodlands Village of Grogan’s Mill Lake Woodlands East read for the furnishing of all material, equipment, labor and supervision necessary or incidental for furnishing all plant, labor, material and equipment and performing all work required for Shore Section 19, LJA Job No. 0863-3100, will be received at the office of LJA Engineering, to the construction of improvements for NorthGrove Section 7 Neighborhood Park located the Construction of: Water, Sanitary, and Drainage Facilities in Royal Brook at Kingwood Inc., 2929 Briarpark Drive, Suite 150, Houston, Texas 77042, until 10:30 a.m., Thursday, in Montgomery County within the NorthGrove Development. Section 23. June 13, 2019, and then publicly opened and read aloud. Scope of Project: The project is located in City of Houston. From the City of Houston head East on IH-10 Copies of the Plans and Specifications may be obtained from the Engineer for a non- New sitework and landscape improvements including, but not limited to, installation of until you reach I-69/US- 59N. Head North toward Cleveland until you reach FM 1314/ refundable fee of $100.00 per set ($50.00 for electronic copy). playground equipment, sidewalks, landscape, and irrigation. A pre-bid conference will be held Porter/ Conroe and turn right onto W Ford Rd. and take a slight left onto Mills Branch Dr. at the office of TBG Partners located at 3050 Post Oak Blvd., Suite 1100, Houston, TX on Turn left on Hueni Road. The destination is on your right. CND-East Shore, LLC, a Texas Limited Liability Company, on behalf of Montgomery June 5, 2019 at 2:30 p.m. (Attendance is mandatory). No attendee may represent more than County Municipal Utility District No. 60 will hold a non-mandatory pre-bid conference at one firm for the purpose of satisfying this mandatory pre-bid requirement. Plans, specifications For construction contracts $50,000 and over, the bidder shall submit either a 2% certified the office of LJA Engineering, Inc., 2929 Briarpark Drive, Suite 150, Houston, Texas 77042, and bid documents are available and may be purchased at Thomas Printworks, 4235 Rich- or cashier’s check or a five percent (5%) bid bond of the maximum total bid amount. Make at 10:30 a.m., Thursday, June 6, 2019. CND-East Shore, LLC, a Texas Limited Liability mond Ave., Houston, Texas 77027. Plans for viewing only are available at TBG Partners, Inc. the cashier’s check or bid bonds payable to the Owner. Company, on behalf of Montgomery County Municipal Utility District No. 60 reserves the Bid bonds are required and must accompany each12 bid. The successful bidder will be required right to reject any and all bids. to provide a performance bond and a payment bond, as provided for in the bid documents, for Plans, specifications, and bidding documents are available at www.civcastusa.com. Said the full amount of the contract. The owner reserves the right to reject any or all bids. documents may be examined without charge in the office of Jones|Carter, Construction The Successful Bidder, if any, will be the responsible Bidder which in the Board’s judgment Division, 2322 West Grand Parkway North, Suite 150, Katy, Texas 77449. will be most advantageous to the District and result in the best and most economical comple- tion of the Project. Montgomery County Municipal Utility District No. 137-NorthGrove ATTENTION: Pursuant to Texas Government Code 2252.908, you must be able to Section 8B and 12 Sitework and Landscape (#H14416) provide The City of Houston (the “City”) with a printed, executed and notarized original of a Bid security in the form of bid bond or cashier’s check payable to CND-East Shore, LLC, Sealed bids in duplicate addressed to Montgomery County Municipal Utility District No. completed Certificate of Interested Parties form (Form 1295) with the bid. Failure to do so will a Texas Limited Liability Company, on behalf1 of Montgomery County Municipal Utility 137 will be received in the offices of TBG Partners; 3050 Post Oak Blvd., Suite 1100; Houston, result in the District’s inability to execute the contract. To complete the disclosure of interested District No. 60 in an amount not less than five percent (5%) of the Bid submitted, must TX 77056, until 2:00 p.m., June 12, 2019 at which time all bids will be opened and publicly parties form, or for further information, please visit the Texas Ethics Commission’s website at accompany each Bid. read for the furnishing of all material, equipment, labor and supervision necessary or inciden- https://www.ethics.state.tx.us. tal to the construction of improvements for NorthGrove Section 8B and 12 Sitework and Landscape located in Montgomery County within the NorthGrove Development. There will be a pre-bid conference in the offices of Jones|Carter, 6330 West Loop South, INVITATION TO BIDDERS Suite 150, Bellaire, Texas, 77401 at 10:30 a.m., Friday, May 31, 2019. Attendance is not Scope of Project: mandatory. Sealed Bids, in duplicate, addressed to Fort Bend County Municipal Utility District No. New sitework and landscape improvements, including but not limited to: fine grading, 174, Attention: Ms. Angela Hitzman, President, Board of Directors, will be received at the sidewalks, planting and irrigation. A pre-bid conference will be held at the office of TBG Part- The Owner reserves the right to reject any or all bids and waive any or all irregularities. No office of the Engineer, LJA Engineering, Inc., 2929 Briarpark Drive, Suite 150, Houston, Texas ners located at 3050 Post Oak Blvd., Suite 1100, Houston, TX on June 5, 2019 at 2:00 p.m. bid may be withdrawn until the expiration of 6016 days from the date bids are open. 77042, until 3:00 p.m., Local Time, Wednesday, June 12, 2019, and then publicly opened (Attendance is mandatory). No attendee may represent more than one firm for the purpose and read for “Construction of the Water, Sanitary Sewer & Drainage Facilities to Serve Polo of satisfying this mandatory pre-bid requirement. Plans, specifications and bid documents are Ranch Boulevard Phase II and Lou Waters Parkway for Fort Bend County Municipal Utility available and may be purchased at Thomas Printworks, 4235 Richmond Ave., Houston, Texas District No. 174, Fort Bend County, Texas”. Bidders may elect to submit bids electronically 77027. Plans for viewing only are available at TBG Partners, Inc. Bid bonds are required and via https://bids.lja.com. must accompany each bid. The successful bidder3 will be required to provide a performance INVITATION TO BID bond and a payment bond, as provided for in the bid documents, for the full amount of the Scope of Work of the Contract includes the following: Construction of water, sanitary contract. The owner reserves the right to reject any or all bids. Sealed bids in duplicate addressed to Friendswood Development Company, LLC will be sewer and drainage facilities. received in the offices of Jones|Carter, Consulting Engineers, 6330 West Loop South, Suite 150, Bellaire, Texas until 10:00 a.m., Friday, June 7, 2019, and then publicly opened and read Bids received after the closing time will be returned unopened. A non-mandatory pre-bid REQUEST FOR QUALIFICATIONS for furnishing all plant, labor, material and equipment and performing all work required for conference will be held on Wednesday, June 5, 2019, at 10:00 a.m. Local Time, at the office of the Construction of: Water, Sanitary, and Drainage Facilities in Royal Brook at Kingwood Greater Southeast Management District, branded Houston Southeast, is seeking State- LJA Engineering, Inc., 2929 Briarpark Drive, Suite 150, Houston, Texas 77042. Section 17. ments of Qualifications (SOQs) for Professionals with expertise in Retail, Commercial, Office and Industrial Development in Urban/Inner-City and Historic Neighborhoods. SOQs are due Each Bid must be accompanied by a Bid Bond or a certified or cashier’s check, acceptable The project is located in City of Houston. From the City of Houston head East on IH-10 on Thursday, June 6, 2019 by 3:00 PM. A pre-qualification conference will be held on Tues- to the Owner, in an amount not less than five percent (5%) of the total amount Bid, as a until you reach I-69/US- 59N. Head North toward Cleveland until you reach FM 1314/ day, May 28, 2019 at 2:00 PM at 5445 Almeda13 Road, Suite 502, Houston, TX 77004. Visit guarantee that the successful bidder will enter into the Contract and execute the Bonds on the Porter/ Conroe and turn right onto W Ford Rd. and take a slight left onto Mills Branch Dr. www.houstonse.org/notices to download a copy of the Request for Qualifications. forms provided, and provide the required insurance certificates within seven (7) days after the Turn left on Hueni Road. The destination is on your right. date Contract Documents are received by the Contractor. For construction contracts $50,000 and over, the bidder shall submit either a 2% certified Bidding documents may be examined at LJA Engineering, Inc., AGC of Texas, Construct or cashier’s check or a five percent (5%) bid bond of the maximum total bid amount. Make INVITATION TO BIDDERS Connect, and Amtek or may be obtained by prospective bidders or suppliers upon payment of the cashier’s check or bid bonds payable to the Owner. One Hundred Dollars ($100.00 non-refundable plus cost of delivery) ($50.00 for electronic Sealed Bids, in duplicate, addressed to Tattor Road Municipal District, will be received copy) for each set of documents at LJA Engineering, Inc., 2929 Briarpark Drive, Suite 150, Plans, specifications, and bidding documents are available at www.civcastusa.com. Said at the office of Van De Wiele & Vogler, Inc., 2925 Briarpark Drive, Suite 275, Houston, Texas Houston, Texas 77042 or at https://bids.lja.com. Bidders must register on this website to documents may be examined without charge in the office of Jones|Carter, Construction 77042, until Friday, June 7, 2019 at 10:30 a.m. (Local Time): download bidding documents. Division, 2322 West Grand Parkway North, Suite 150, Katy, Texas 77449. Sanitary Sewer Rehabilitation of Greengate, Sections 3, 4, 5, 6, and 7 (2019) The Owner reserves the right to reject any or all Bids and to waive all defects and irregulari- ATTENTION: Pursuant to Texas Government Code 2252.908, you must be able to Tattor Road Municipal District ties in bidding or bidding process except time of submitting a Bid. The Successful Bidder, if provide The City of Houston (the “City”) with a printed, executed and notarized original of a Harris County, Texas any, will be the responsible Bidder which in the Board’s judgment will be most advantageous to completed Certificate of Interested Parties form (Form 1295) with the bid. Failure to do so will VDW&V Project No.: 06600-813-1-UTL the District and result in the best and most economical30 completion of the Project. 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 Scope of Work of the Contract includes the following: sanitary sewer rehabilitation. Fort Bend County Municipal Utility District No. 174 https://www.ethics.state.tx.us. Bids received after the closing time will be returned unopened. There will be a pre-bid conference in the offices of Jones|Carter, Consulting Engineers, 6330 West Loop South, Suite 150, Bellaire, Texas until 10:00 a.m., Friday, May 31, 2019. I Each Bid must be accompanied by a Bid Bond or a certified or cashier’s check, acceptable Attendance is not mandatory. INVITATION TO BID to the Owner, in an amount not less than five percent (5%) of the total amount Bid, as a guarantee that the successful bidder will enter into the Contract and execute the Bonds on the The Owner reserves the right to reject any or all bids and waive any or all irregularities. No Sealed bids in duplicate addressed to Vanguard Truck Centers, LLC on behalf of Harris forms provided, and provide the required insurance certificates within seven (7) days after the bid may be withdrawn until the expiration of 60 days from the date bids are open. County MUD 421 will be received at the office of Kimley-Horn and Associates, Inc., 11700 date Contract Documents are received by the Contractor. 9 Katy Freeway, Suite 800, Houston, Texas 77079, until 9:00 AM, Monday, June 10th, 2019, and then publicly opened and read for “Clearing and Grubbing of 24-Acre Site to serve Copies of the bidding documents are on file at the following locations: Vanguard Truck Centers, LLC and Harris County MUD 421”. Copies of the bidding documents may be obtained from www.CivcastUSA.com: search Each bid must be accompanied by a bid bond for the sum of five percent (5%) of the 06600-813-1-UTL. Bidders must register on this website in order to view and/or download amount of the maximum total bid. Bid bonds must be made payable to the Owner. specifications, plans, soils report, and environmental reports for this Project. There isNO REQUEST FOR PROPOSALS charge to view or download documents. Plans and specifications may be downloaded from CivCast at www.civcastusa.com. OST/Almeda Corridors Redevelopment The Owner reserves the right to reject any or all Bids and to waive all defects and irregularities Authority - TIRZ #7 is soliciting Statements of Qualifications (SOQ) from Artists, His- There will be a non-mandatory pre-bid conference at the office of Kimley-Horn and in bidding or bidding process except time of submitting a Bid. The Successful Bidder, if any, torians, Webmasters, Fabricators/Installers and Graphic Artists to design, fabricate and install Associates, Inc., 11700 Katy Freeway, Suite 800, Houston, Texas 77079 at 9:00 AM, Monday, will be the responsible Bidder which in the Board’s judgment will be most advantageous to the exterior artworks at Emancipation Park. SOQ’s are due on June 7, 2019 at 3:00 PM (CST). June 3rd, 2019. District and result in the best and most economical completion of the Project. Visit www.ostalmeda.org for more information.

PRINT | DIGITAL | SOCIAL | EVENTS 30 HOUSTON BUSINESS JOURNAL MAY 31-JUNE 6, 2019 17 18 27 LEGALS

INVITATION TO BID I. INVITATION FOR BID INVITATION TO BID

Sealed bids, in duplicate, addressed to Clear Lake City Water Authority will be received Sealed bids will be received in duplicate on this project as indicated below. Sealed bids, in duplicate will be received by Camillo Lakes, Ltd., on behalf of Harris at the office of Clear Lake City Water Authority, 900 Bay Area Blvd., Houston, Texas County Municipal Utility District No. 536 at the office of the Engineer for the District, 77058, until 10:00 A.M., June 11, 2019, and then publicly opened and read for furnishing DISTRIBUTION: Friday, May 24, 2019 EHRA, 10555 Westoffice Drive, Houston, Texas until 2:30 p.m., Wednesday, June 12, 2019, all labor, material and equipment and performing all work required for the construction of Clark Condon at which time all bids will be publicly opened and read for the construction of the project: the following work: 10401 Stella Link Houston, TX 77025 HARRIS COUNTY MUNICIPAL UTILITY DISTRICT NO. 536 Project Name: Robert T. Savely Water Reclamation Facility Belt Press Building 713-871-1414 LIFT STATION NO. 2 TO SERVE CAMILLO LAKES Transformer Replacement Project No. 131-013-25 DST (L) Clear Lake City Water Authority; Harris County, Texas; PROJECT: Belmont Shore Trail Project No. 120-12166-000 A mandatory Pre-Bid Conference will be held on Wednesday, June 5, 2019, at 2:30 p.m. OWNER: Fort Bend County MUD No. 46 at the office of the Engineer for the District, EHRA, 10555 Westoffice Drive, Houston, Texas. A mandatory pre-bid conference for prospective bidders will be held at the office of Clear Lake City Water Authority, 900 Bay Area Blvd., Houston, Texas 77058, on June Pre-bid Conference: Tuesday, June 4, 2019 at 2 p.m. Project scope shall include the construction of a duplex lift station including 6-foot wet 4, 2019, at 10:00 A.M. No person may represent more than one bidder at the pre-bid Clark Condon well; all piping; valves and fittings; electrical controls; and all associated electrical and site work. conference. If a person claims to represent more than one bidder at the pre-bid conference, 10401 Stella Link The project is located on Harris County Key Map No. 444 H the bid of each bidder so represented will be returned unopened. Each bid shall be submitted Houston, TX 77025 on the prescribed form and accompanied by a bid bond, cashier’s check or certified check in 713-871-1414 The above described construction will be performed in accordance with plans and the amount equal to ten percent (10%) of total base bid. If certified or cashier’s check is used specifications and any addenda thereto which may be issued prior to the opening of bids. Plans, as bid security, check must be drawn on a responsible bank located in the State of Texas and BID DATE & TIME: Tuesday, June 18, 2019 at 2 p.m. specifications and bid documents may be viewed and downloaded free of charge or the option made payable to Owner only. to purchase hard copies on the CivCastUSA Website (www.CivCastUSA.com). Documents LOCATION OF are also available for review at the office of the Engineer or Houston plan rooms. Drawings, specifications and bid documents may be obtained fromwww.civcastusa.com , BID SUBMITTAL: Clark Condon search CLCWA Robert T. Savely Water Reclamation Facility Belt Press Building Transformer 10401 Stella Link Each Bid must be accompanied by a Certified or Cashier’s Check, from a responsible bank Replacement – ID 24170-120-12166-000. It is the responsibility of the contractor bidding Houston, TX 77025 in the State of Texas, or a Bid Bond, issued by a surety legally authorized to do business in the the project to ensure the accuracy of the reproduction of all bid documents and construction 713-871-1414 State of Texas, equal to five percent (5%) of the total bid amount. Make the Cashier’s Check, drawings. This responsibility includes, but is not limited to, proper scaling, paper width and Certified Check or Bid Bond payable to the Owner. length, etc. Failure to do so may result in errors in the unit bid quantities and/or bid amounts. Bidding documents for the above project may be obtained by Bidders from 19 www.CivCastUSA.com. The Owner reserves the right to reject any or all bids or to accept any bid deemed The Owner reserves the right to waive any informalities or minor defects and to reject any advantageous to it and waive informalities in bidding. All bids received after the closing time or all bids. In case of the lack of clarity or ambiguity in prices, the Owner reserves the right Subcontractors and Suppliers intending to submit bids to Bidders are required to prepare above designated will be returned unopened. to accept the most advantageous or reject the bid. The successful bidder will be required to their bids based on a complete set of bidding documents. If, after reviewing a complete set provide payment and performance bonds in the amount of one hundred percent (100%) of of bidding documents, Subcontractors and Supplier Bidders desire to purchase individual the contract price. drawings and specifications sections for their bidding convenience, they may do so by ordering NOTICE TO BIDDERS the specific drawings and specifications through the Landscape Architect’s office. Each bidder Attention: The District may not accept this bid until it has received from the bidder a purchasing a partial set of bidding documents is responsible for determining exactly which Sealed bids, in duplicate, addressed to LGI Homes – Texas, LLC for Cleveland Municipal completed, signed, and notarized TEC Form 1295 complete with a certificate number assigned documents he requires and he will be billed the actual cost of printing plus delivery and postage Utility District No. 1, will be received at the office of the Engineer, Pape-Dawson Engineers, by the Texas Ethics Commission (“TEC”), pursuant to Texas Government Code § 2252.908 charges (if any). Inc., 10350 Richmond Ave., Suite 200, Houston, Texas 77042, Phone 713-428-2400 until and the rules promulgated thereunder by the TEC. The undersigned understands that failure 2:00 PM, local time, Tuesday, June 11, 2019 and then publicly opened and read for the to provide said form complete with a certificate number assigned by the TEC will result in a Subcontractors and Suppliers exercising this option must agree to do so on the basis that construction of the following project: non-conforming bid and will prohibit the District from considering this bid for acceptance. To (1) all documents will be returned to the Owner, without refund, on the bid due date, and (2) complete and submit Form 1295 and generate32 the Certification of Filing, please visit the Texas documents will not be used on other construction projects. “Construction of Lift Station Facilities for Ethics Commission’s website at https://www.ethics.state.tx.us. Pinewood Trails” All bids, whether mailed or delivered, must be in the hands of the Owner’s Representative Project No. 40410-18 not later than the above specified time for above project. All bids should be sealed and marked on the outside of the envelope with the name20 of the project. Bids shall be submitted in Scope of Work of the Contract includes: duplicate on exact copies of the BID FORM provided. Bidders should return their Bidding HARRIS COUNTY MUD 155 Documents with their Bid Proposal. 1. Lift Station and all appurtenances BACKSLOPE SWALE IMPROVEMENT 2. Approx. 100 LF of 8-inch sanitary sewer and all appurtenances 3. Approx. 40 LF of 24-inch storm sewer pipe and all appurtenances Sealed Bids for the construction of the BACKSLOPE SWALE IMPROVEMENT will be received, by HARRIS COUNTY MUD 155, at the office of the Engineer, TEXAS LAND INVITATION TO BIDDERS A mandatory pre-bid conference will be held at 2:00 PM, local time, Tuesday, June 4, ENGINEERS, INC., 7102 W. SAM HOUSTON PARKWAY N., SUITE 230, HOUSTON, 2019 at the office of the Engineer. TEXAS 77040, until 2:00 pm, local time on June 25, 2019, at which time the Bids received Sealed Bids, in duplicate, addressed to Woodridge Municipal Utility District, Attention: Instruction to Bidders and other bid documents will be available for review at the office of will be publicly opened and read. The Project consists of CLOSING THE BACKSLOPE Joey Manning, President, Board of Directors, will be received at the office of the Engineer, the Engineer and will be provided electronically to prospective bidders. Please contact Ashley SWALE, INSTALL STORM SEWER, REHAB EXISTING BACKSLOPE INTERCEP- LJA Engineering, Inc., 1904 West Grand Parkway North, Suite 120, Katy, Texas 77449, Burney via email at [email protected] to obtain document download information. TORS, REMOVE & REPLACE NEW WOOD FENCE PER MUD 155 SPECIFICA- until 2:00 p.m., Local Time, Thursday, June 13, 2019, and then publicly opened and read for The Owner reserves the right to reject any28 or all bids and to waive any informalities or TIONS. (Key Map No. 407G ). “Construction of the Woodridge Main Lift Station Generator Addition to Serve Woodridge minor defects. In case of the lack of clarity or ambiguity in prices, the Owner reserves the Municipal Utility District for Woodridge Municipal Utility District, Montgomery County, right to accept the most advantageous or reject the bid. All bids received after the closing time Bids shall be on a lump sum and unit price basis, with additive alternate bid items, as Texas” designated above will be returned unopened. indicated in the Bid Form. Scope of Work of the Contract includes the following: Installation of natural gas generator The Issuing Office for the Bidding Documents is: TEXAS LAND ENGINEERS, INC., and concrete pad. INVITATION TO BIDDERS 7102 W. SAM HOUSTON PARKWAY N., SUITE 230, HOUSTON, TEXAS 77040, telephone 832-767-3983, JOHN GERDES, P.E., JOHN.GERDES@TEXASLANDENGI- Bids received after the closing time will be returned unopened. A non-mandatory pre-bid Sealed bids, in duplicate, addressed to Bridgeland Development, LP on behalf of Harris NEERS.COM. conference will be held on Thursday, June 6, 2019, at 2:00 p.m. Local Time, at the office of County Municipal Utility District No. 489, will be received in the office of Bridgeland LJA Engineering, Inc., 1904 West Grand Parkway North, Suite 120, Katy, Texas 77449. Development, LP, 23720 House Hahl Road, Cypress, Texas 77433 until 3:00 PM, Wednesday, Bidding Documents are available online at www.civcastusa.com. June 12, 2019, at which time all bids will be opened and publicly read for the furnishing of Each Bid must be accompanied by a Bid Bond or a certified or cashier’s check, acceptable all material, equipment, labor and supervision necessary or incidental to the “Construction A Non-Mandatory Pre-Bid Conference will be held with the District Engineer, Texas Land to the Owner, in an amount not less than five percent (5%) of the total amount Bid, as a of Bridgeland Tuckerton Road and Summer Camp Drive Street Dedication and Reserve Engineers, at the Harris County MUD 155 Wastewater Treatment Plant, 16610 Longenbaugh guarantee that the successful bidder will enter into the Contract and execute the Bonds on the Water Distribution System, Non-Potable Water Line System, Storm Drainage System and Drive, Houston, Texas 77095, on June 18, 2019 at 2:00 P.M. forms provided, and provide the required insurance certificates within seven (7) days after the Street Paving.” date Contract Documents are received by the Contractor. The successful bidder must furnish a payment and performance bond acceptable to owner. Scope of Project: Conflict of Interest Questionnaire, and Texas Ethics Commission Form 1295 shall be fur- Bidding documents may be examined at LJA Engineering, Inc., AGC of Texas, Construct nished in accordance with the Instructions to Bidders.24 Connect, and Amtek or may be obtained by prospective bidders or suppliers upon payment 1. Approx. 3,400 LF of 6-inch thru 12-inch water line and all appurtenances of one hundred Dollars ($100.00 non-refundable plus cost of delivery) ($50.00 for electronic 2. Approx. 4,000 LF of 4-inch thru 8-inch non-potable water line and all appurtenances copy) for each set of documents at LJA Engineering, Inc., 1904 West Grand Parkway North, 3. Approx. 3,500 LF of 24-inch thru 54-inch storm sewer and all appurtenances Suite 120, Katy, Texas 77494. 4. Approx. 20,000 SY of 8-inch subgrade preparation 5. Approx. 16,000 SY of 8-inch reinforced concrete pavement 6. Approx. 2,500 SY of 7-inch reinforced concrete pavement INVITATION TO BIDDERS The Owner reserves the right to reject any or all Bids and to waive all defects and irregularities in bidding or bidding process except time of submitting a Bid. The Successful 7. Approx. 11,400 LF of reinforced concrete curb 8. Approx. 150 LF of 65’ wide Con Span Bridge with all appurtenances Sealed Bids, in duplicate, addressed to McCord Development, Inc. on behalf of Bidder, if any, will be the responsible Bidder which in the Board’s judgment will be most 9. Approx. 250 LF of wingwalls and all appurtenances Generation Park Management District (“Owner”), will be received at the office of IDS advantageous to the District and result in the best and most economical completion of Engineering Group, 13430 Northwest Freeway, Suite 700, Houston, Texas 77040, until 10:00 the Project. 23 Bids received after the closing time will be returned unopened. a.m. Local Time, Tuesday, June 11, 2019, and then publicly opened and read for Phase 2 Electrical Duct Bank Along West Lake Houston Parkway Sec. 7 North and South (GPMD Woodridge Municipal Utility District A MANDATORY pre-bid conference will be held in the office of Bridgeland Development, - 0075 / GPMD - 0074). LP, 23720 House Hahl Road, Cypress, TX 77433 on Wednesday, June 5, 2019 at 3:00 PM. Attendance by each prospective bidder or its representative at the pre-bid conference is Scope of Work of the Contract includes includes installation of duct bank from Lift Station INVITATION TO BIDDERS MANDATORY and no Bid will be opened unless the bidder or representative was present at No. 4 site to Generation Park Management District’s concrete drainage channel, and from the pre-bid conference. DCP’s pipeline easement to Station 85+21.29 along West Lake Houston Parkway Sec. 7 Sealed bids, in duplicate, addressed to Royalwood Municipal Utility District will be received at the office of Huitt-Zollars, Inc., 10350 Richmond Avenue, Suite 300, Houston, Plans, specifications and bid documents are available at www.civcastusa.com, search: 5709-30. Bids received after the closing time will be returned unopened. A non-mandatory pre-bid Texas 77042 until 11:00 a.m. local time, Monday, June 17, 2019, and publicly opened and conference will be held on Tuesday, June 4, 2019, at 10:00 a.m. Local Time, at the office of read for furnishing all labor, material, equipment, and incidentals for performing necessary A cashier’s check or bid bond in the amount of 5% of the total bid amount must IDS Engineering Group, 13430 Northwest Freeway, Suite 700, Houston, Texas 77040. work required for the Generators at Water Plant, Wastewater Plant and Lift Station Site in accompany each bid. The successful bidder 29will be required to provide a performance bond, Royalwood Municipal Utility District. a payment bond and a maintenance bond as provided for in the bid documents, for the full Each Bid must be accompanied by a bid bond or a certified or cashier’s check, acceptable to amount of the contract. The Owner reserves the right to reject any or all bids. the Owner, in an amount not less than five percent (5%) of the greatest amount bid, including Bids received after the above stated closing time will be returned unopened. Bids shall be any and all alternates called for in the Bid Form, as a guarantee that the successful bidder submitted in sealed envelopes upon the blank forms of proposal furnished. will enter into the Contract and execute the Bonds on the forms provided, and provide the Montgomery County Municipal Utility District No. 137-NorthGrove required insurance certificates within 7 days after the date Contract Documents are received All proposals shall be accompanied by a bid bond in the amount of five percent (5%) of the Water Treatment Plant Fencing (#H14416) by the Contractor. greatest amount bid payable to the Owner from a reliable surety company licensed to operate Sealed bids in duplicate addressed to Montgomery County Municipal Utility District No. and authorized to execute and issue bonds in the State of Texas and listed in the United States 137 will be received in the offices of TBG Partners; 3050 Post Oak Blvd., Suite 1100; Houston, Copies of the bidding documents may be obtained from www.CivCastUSA.com: search Treasury Department’s current publication of Accepted Sureties Department circular 570 as a TX 77056, until 3:00 p.m., June 12, 2019 at which time all bids will be opened and publicly “GPMD WLHP Duct Bank Phase 2”. Bidders must register on this website in order to view guarantee the bidder will enter into a contract and execute the required bonds within ten days read for the furnishing of all material, equipment, labor and supervision necessary or incidental and/or download specifications, plans, soils report and environmental reports for this project. after notice of award. Bids without a bid bond will not be accepted. to the construction of improvements for NorthGrove Water Treatment Plant Fencing located There is NO charge to view or download documents. Copies of the bidding documents are in Montgomery County within the NorthGrove Development. also available for review at the office of the IDS Engineering Group. Plans, specifications, and bidding documents are available at www.civcastusa.com. Search for “Generators at Water Plant, Wastewater Plant and Lift Station Site in Royalwood Scope of Project: The successful bidder receiving the contract award must furnish Performance and Payment Municipal Utility District”. Said documents may be examined without charge in the office of New brick fencing, columns, and gates. A pre-bid conference will be held at the office of Bonds in the amount of one hundred percent (100%) each of the Total Contract price. Each Huitt-Zollars, Inc., 10350 Richmond Avenue, Suite 300, Houston, Texas 77042. TBG Partners located at 3050 Post Oak Blvd., Suite 1100, Houston, TX on June 5, 2019 such bond shall be executed by the corporate surety duly authorized to do business in the at 3:00 p.m. (Attendance is mandatory). No attendee may represent more than one firm for State of Texas. The right is reserved, as the interest of the Owner may require, of rejecting any and all bids the purpose of satisfying this mandatory pre-bid requirement. Plans, specifications and bid and waiving any irregularities in bids received. documents are available and may be purchased at Thomas Printworks, 4235 Richmond Ave., The Owner reserves the right to reject any or all Bids and to waive all defects and Houston, Texas 77027. Plans for viewing only are available at TBG Partners, Inc. Bid bonds irregularities in a Bid not involving price, time or changes in the Work. The Successful Bidder, A pre-bid conference will be held at the office of the Engineer, 10350 Richmond Avenue, are required and must accompany each bid. The successful bidder will be required to provide if any, will be the responsible Bidder which in the Owner’s judgment will be most advantageous Suite 300, Houston, Texas 77042, at 11:00 a.m., Tuesday, June 11, 2019. The pre-bid a performance bond and a payment bond, as provided for in the bid documents, for the full to the Owner and result in the best and most economical completion of the Project. conference is not mandatory. amount of the contract. The owner reserves the right to reject any or all bids. MAY 31-JUNE 6, 2019 HOUSTON BUSINESS JOURNAL 31 31 2 4 LEGALS

INVITATION TO BIDDERS INVITATION TO BIDDERS INVITATION TO BIDDERS

Sealed bids, in duplicate, addressed to Bridgeland Development, LP, will be received in SEALED PROPOSALS addressed to Oaks of Lakewood Village, LTD on behalf of Har- Sealed Bids, in duplicate, addressed to Harris County MUD No. 82, will be received at the office of Bridgeland Development, LP, 23720 House Hahl Road, Cypress, Texas 77433 ris County Municipal Utility District No. 410 for construction of the Water Distribution, the office of Van De Wiele & Vogler, Inc., 2925 Briarpark Drive, Suite 275, Houston, Texas until 3:30 PM, Wednesday, June 12, 2019, at which time all bids will be opened and publicly Sanitary Sewer Lines, Storm Sewer Systems for Oaks of Lakewood Village Sections 1 and 2, 77042, until Friday, June 14, 2019 at 10:00 a.m. (Local Time): read for the furnishing of all material, equipment, labor and supervision necessary or incidental LJA Job No. 2801-1001, will be received at the office of LJA Engineering, Inc., 2929 Briarpark to the “Construction of Bridgeland CenterPoint Energy Underground Conduits, Phase Drive, Suite 150, Houston, Texas 77042, until 2:00 p.m., Tuesday, June 18, 2019, and then Clearing and Grubbing to Serve 15.” publicly opened and read aloud. Pine Grove Within Harris County MUD No. 82 Scope of Project: Copies of the Plans and Specifications may be obtained from the Engineer for a non- Harris County, Texas refundable fee of $95.00 per set ($50.00 for electronic copy). VDW&V Project No.: 05926-001-1-CLG 1. Approx. 2 2-way manholes 2. Approx. 1 3-way manhole Oaks of Lakewood Village, LTD on behalf of Harris County Municipal Utility District No. Scope of Work of the Contract includes the following: Clearing and grubbing, selective 3. Approx. 3,200 LF of (4) 4-inch duct banks 410 will hold a non-mandatory pre-bid conference at the office of LJA Engineering, Inc., 2929 clearing, temporary drainage swales, and chip and haul clearing material off-site. 4. Approx. 250 LF of (8) 4-inch duct banks Briarpark Drive, Suite 150, Houston, Texas 77042, at 2:00 p.m., Tuesday, June 11, 2019. 5. Approx. 150 LF of (6) 3-inch duct banks Oaks of Lakewood Village, LTD on behalf of Harris County Municipal Utility District No. Bids received after the closing time will be returned unopened. 6. Approx. 4 switch site concrete pads 410 reserves the right to reject any and all bids. Each Bid must be accompanied by a Bid Bond or a certified or cashier’s check, acceptable to the Owner, in an amount not less than five percent (5%) of the total amount Bid, as a Bids received after the closing time will be returned unopened. The Successful Bidder, if any, will be the responsible Bidder which in the Board’s judgment guarantee that the successful bidder will enter into the Contract and execute the Bonds on the will be most advantageous to the District and result in the best and most economical comple- forms provided, and provide the required insurance certificates within seven (7) days after the A MANDATORY pre-bid conference will be held in the office of Bridgeland Develop- tion of the Project. date Contract Documents are received by the Contractor. ment, LP, 23720 House Hahl Road, Cypress, TX 77433 on Wednesday, June 5, 2019 at 3:30 PM. Attendance by each prospective bidder or its representative at the pre-bid conference is Bid security in the form of bid bond or cashier’s3 check payable to Oaks of Lakewood Vil- Copies of the bidding documents are on file at the following locations: MANDATORY and no Bid will be opened unless the bidder or representative was present at lage, LTD on behalf of Harris County Municipal Utility District No. 410 in an amount not the pre-bid conference. less than five percent (5%) of the Bid submitted, must accompany each Bid. Copies of the bidding documents may be obtained from www.CivcastUSA.com: search 05926-001-1-CLG. Bidders must register on this website in order to view and/or download Plans, specifications and bid documents are available at www.civcastusa.com, search: 6147-30. specifications, plans, soils report, and environmental reports for this Project. There isNO charge to view or download documents. A cashier’s check or bid bond in the amount of 5% of the total bid amount must ac- INVITATION TO BIDDERS company each bid. The successful bidder will be required to provide a performance bond, The Owner reserves the right to reject any or5 all Bids and to waive all defects and irregulari- a payment bond and a maintenance bond as 26provided for in the bid documents, for the full Sealed Bids, in duplicate, addressed to Northwest Harris County Municipal Utility Dis- ties in bidding or bidding process except time of submitting a Bid. The Successful Bidder, if amount of the contract. The Owner reserves the right to reject any or all bids. trict No. 10 will be received at the office of Van De Wiele & Vogler, Inc., 2925 Briarpark any, will be the responsible Bidder which in the Board’s judgment will be most advantageous to Drive, Suite 275, Houston, Texas 77042, until Wednesday June 26, 2019 at 10:00 a.m. the District and result in the best and most economical completion of the Project. (Local Time) and then publicly opened and read for:

Wetland/Upland Forest Restoration (Approximately 0.52 acres) NOTICE TO BIDDERS INVITATION TO BID Cypress Wildlife Preserve Bayou Land Conservancy All interested parties are encouraged to attend any scheduled pre-bid and/or pre-pro- Sealed bids, in duplicate will be received by West Harris County Municipal Utility District Within Northwest Harris County Municipal Utility District No. 10 posal conference(s). It is the interested party’s responsibility to ensure they have secured No. 10 at the office of the Engineer for the District, EHRA, 10555 Westoffice Drive, Houston, Harris County, Texas and thoroughly reviewed all solicitation documents prior to any scheduled conference(s). Texas until 3:30 p.m., Thursday, June 13, 2019, at which time all bids will be publicly opened VDW&V Project No.: 10900-821-1-OTH Interested parties can download all forms and specifications from the Internet at and read for the construction of the project: http://purchasing.houstontx.gov. Downloading these documents will ensure all interested par- Scope of Work of the Contract includes the following: Invasive species removal/control, ties will automatically receive any updates via e-mail. WEST HARRIS COUNTY MUNICIPAL UTILITY DISTRICT NO. 10 reforest with native trees, irrigation and protection of site. SANITARY SEWER CLOSED CIRCUIT TELEVISION AND REHABILITATION INVITATION TO BID – Sealed bids will be received in the Office of the City Secretary, Project No. 78030-20-39 (L) Bids received after the closing time will be returned unopened. City Hall Annex, Public Level, 900 Bagby, until 10:30 A.M., on the bid due date, and all bids will be opened and publicly read in the City Council Chamber, Public Level, at 11:00 A. M. A mandatory Pre-Bid Conference will be held on Thursday, June 6, 2019, at 3:30 p.m. at Each Bid must be accompanied by a Bid Bond or a certified or cashier’s check, acceptable the office of the Engineer for the District, EHRA, 10555 Westoffice Drive, Houston, Texas. to the Owner, in an amount not less than five percent (5%) of the total amount Bid, as a Bids Due – June 20, 2019 guarantee that the successful bidder will enter into the Contract and execute the Bonds on the Project scope shall include the sanitary sewer condition assessment via CCTV. The project forms provided, and provide the required insurance certificates within seven (7) days after the Forklifts and Manlifts for Various Departments of the City of Houston – Strategic Pro- is located on Harris County Key Map No. 369 X, Y; 409 B, C. date Contract Documents are received by the Contractor. Bidders must have a minimum of curement Division – S79-N28953 – 0% MWBE Goal – Pre-Bid Conference will be June 10 years’ experience working in critical wetland or stream habitat within the Greater Houston 11, 2019 at 10:00 A.M. at 611 Walker St, 16th Floor Conference Room 16A, Houston, The above described construction will be performed in accordance with plans and area. Texas 77002. Interested parties may contact Joshua Emo at 832-393-8740 or email at specifications and any addenda thereto which may be issued prior to the opening of bids. Plans, [email protected]. specifications and bid documents may be viewed and downloaded free of charge or the option Copies of the bidding documents are on file at the following locations: to purchase hard copies on the CivCastUSA Website (www.CivCastUSA.com). Documents Copies of the bidding documents may be obtained from www.CivcastUSA.com: search: Bids Due – June 27, 2019 are also available for review at the office of the Engineer or Houston area plan rooms. 10900-821-1-OTH. Bidders must register on this website in order to view and/or download specifications, plans, soils report, and environmental reports for this Project. There isNO Water Meter Equipment Enclosures for Houston Public Works – Strategic Procure- Each Bid must be accompanied by a Certified or Cashier’s Check, from a responsible bank charge to view or download documents. ment Division – S71-S26513 – 0% MWBE Goal – Pre-Bid Conference will be June 10, in the State of Texas, or a Bid Bond, issued by a surety legally authorized to do business in the 2019 at 10:00 A.M. at 611 Walker St, 7th Floor Conference Room 731, Houston, Texas State of Texas, equal to five percent (5%) of the total bid amount. Make the Cashier’s Check, The Owner reserves the right to reject any or all Bids and to waive all defects and irregulari- 77002. Interested parties may contact LaTanja Bolden-Gilliam at 832-393-8752 or email at Certified Check or Bid Bond payable to the Owner. ties in bidding or bidding process except time of9 submitting a Bid. The Successful Bidder, if [email protected]. any, will be the responsible Bidder which in the Board’s judgment will be most advantageous to The Owner reserves the right to reject any or all bids or to accept any bid deemed the District and result in the best and most economical completion of the Project. Best Value Bids Due – June 20, 2019 advantageous to it and waive informalities in bidding.10 All bids received after the closing time above designated will be returned unopened. Small Submersible Pump Repair Services for Houston Public Works Water and Wastewater Operations Facilities – Strategic Procurement Division – S30-L29073 – No Pre-Bid confer- NOTICE TO PROPOSERS: Request for sub-contractor proposals for HCESD 50 – ence will be held for this procurement. Interested parties may contact Richard Morris at 832- Channelview Fire Training Field 393-8736 or email [email protected].

INVITATION TO BID “Durotech, Inc., as Construction Manager at Risk on behalf of Harris County Emergency Services District No. 50 will receive sub-contractor/vendor proposals for the Channelview Fire REQUEST FOR QUALIFICATIONS – Sealed submissions will be received in the Office Champions MUD is requesting a sealed bid for the construction of a 6’ wide, 3,350 feet Training Field project, as designed by Slattery-Tackett Architects. of the City Secretary, City Hall Annex, Public Level, 900 Bagby, Houston, Texas, 77002, due long trail and plaza along the east side of the K-134-00-00 drainage ditch adjacent to Paradise at the time listed on the RFQ. Valley Drive, north of FM 1960, west of Champions Forest Drive and south of Cypress Creek. Proposals and qualification statements will be received by Durotech, Inc., from interested Plans, specifications, and bidding documents are available at www.civcastusa.com. proposers, sub-proposers and suppliers until 2:00 PM on Tuesday, June 18, 2019, in the pres- RFQ Submissions Due – July 18, 2019 at 2:00 P.M. ence of the Owner and Architect at the offices of Durotech, Inc. at 11931 Wickchester Lane, Sealed bids in duplicate addressed to Sylvia Sosa will be received in the offices of LAN, #205, Houston, TX 77043-4501, Phone: 281-558-6892 and Fax: 281-496-5637. Construc- Animal Transport Services for the City of Houston BARC Animal Shelter and Adoptions Consulting Engineers, 2925 Briarpark Drive, Suite 400, Houston, Texas 77042, until 10:00 tion Manager Contact: Sidhesh Kakodkar Division – Strategic Procurement Division – S78-Q29069 – 0% MWBE Goal – Pre-Submis- a.m., June 10, 2019, and then publicly opened and read for furnishing all plant, labor, mate- 2 sion Conference will be June 17, 2019 at 10:00 A.M. at 611 Walker St, 11th Floor Conference rial and equipment and performing all work required for the construction of: Paradise Valley Drawings and Specifications will be available for review at the offices of Durotech, Inc., and Room 1148, Houston, Texas 77002. Interested parties may contact Katie Moore at 832-393- Park Trail at the plan rooms of AGC, Dodge Data & Analytics, Virtual Builders Exchange, Brazos Valley 8710 or email [email protected]. Contractors Association, Construction Data and CMD Group. There will be a pre-bid conference in the offices20 of LAN Consulting Engineers at 2:00 pm., Prevailing wage rates in conformance with Texas law will be paid on this project. All pro- June 4, 2019. Attendance is not mandatory. posals shall remain valid for sixty (60) days. INVITATION TO BIDDERS

The Owner, Architect/Engineer and Construction Manager reserve the right to reject any Sealed Bids, in duplicate, addressed to Fort Bend County Municipal Utility District No. and all proposals, to waive any informalities and irregularities in the proposal process, and to 174, Attention: Ms. Angela Hitzman, President, Board of Directors, will be received at the make the awards in the best interest of the owner. By submitting a proposal, each proposer office of the Engineer, LJA Engineering, Inc., 2929 Briarpark Drive, Suite 150, Houston, Texas NOTICE TO BIDDERS agrees to waive any claim it has or may have against the Owner, the Architect/Engineer, Con- 77042, until 3:30 p.m., Local Time, Wednesday, June 12, 2019, and then publicly opened and struction Manager and their respective employees arising out of or in connection with the read for “Construction of the Water, Sanitary Sewer & Drainage Facilities to Serve Polo Ranch Sealed bids, in duplicate, addressed to Harris County Municipal Utility District No. 390, administration, evaluation, or recommendation10 of any proposal; waiver of any requirements Section 4 for Fort Bend County Municipal Utility District No. 174, Fort Bend County, Texas”. will be received at the office of the Engineer, Pape-Dawson Engineers, Inc., 10350 Richmond under the Proposal Documents, or the Contract Documents; acceptance or rejection of any Bidders may elect to submit bids electronically via https://bids.lja.com. Ave., Suite 200, Houston, Texas 77042, Phone 713-428-2400 until 2:30 PM, local time, proposals; and award of a Contract.” Tuesday, June 18, 2019 and then publicly opened and read for the construction of the fol- Scope of Work of the Contract includes the following: Construction of water, sanitary lowing project: sewer and drainage facilities.

“Construction of Water, Sanitary Sewer, Drainage, and Paving Facilities for INVITATION TO BIDDERS Bids received after the closing time will be returned unopened. A non-mandatory pre-bid City Park Central Lane Extension and West Orem Road Improvements” conference will be held on Wednesday, June 5, 2019, at 10:30 a.m. Local Time, at the office of Project No. 40717-00 Sealed Bids, in duplicate, addressed to Attention: Board of Directors, Sedona Lakes Mu- LJA Engineering, Inc., 2929 Briarpark Drive, Suite 150, Houston, Texas 77042. nicipal Utility District (MUD) No. 1 of Brazoria County, will be received at the office of Scope of Work of the Contract includes: BGE, Inc.,10777 Westheimer, Suite 400, Houston, TX 77042, until 10:00 AM Local Time, Each Bid must be accompanied by a Bid Bond or a certified or cashier’s check, acceptable Friday, June 14, 2019, and then publicly opened and read for the furnishing of all material, to the Owner, in an amount not less than five percent (5%) of the total amount Bid, as a 1. Approx. 890 LF of 8-inch water line and all appurtenances equipment, labor and supervision necessary or incidental to “Construction of Sedona Lakes guarantee that the successful bidder will enter into the Contract and execute the Bonds on the 2. Approx. 720 LF of 10-inch sanitary sewer and all appurtenances Water Line Interconnect for Sedona Lakes MUD No. 1, Brazoria County, Texas.” forms provided, and provide the required insurance certificates within seven (7) days after the 3. Approx. 410 LF of 12-inch through 24-inch storm sewer pipe and all appurtenances date Contract Documents are received by the Contractor. 4. Approx. 1,410 SY of 7-inch reinforced concrete pavement and all appurtenances. Scope of Work includes: 5. Approx. 1,100 SY of 9-inch reinforced concrete pavement and all appurtenances. Bidding documents may be examined at LJA Engineering, Inc., AGC of Texas, Construct 6. Approx. 680 SY of 11-inch reinforced concrete pavement and all appurtenances. 1. Approx. 2,050 LF of 12-inch water line installation and related appurtenances Connect, and Amtek or may be obtained by prospective bidders or suppliers upon payment of 7. Approx. 1,780 LF of 6-inch concrete curb. One Hundred Dollars ($100.00 non-refundable plus cost of delivery) ($50.00 for electronic copy) for each set of documents at LJA Engineering, Inc., 2929 Briarpark Drive, Suite 150, A mandatory pre-bid conference will be held at 2:30 PM, local time, Tuesday, June 11, Bids received after the closing time will be returned unopened. There will be no pre-bid Houston, Texas 77042 or at https://bids.lja.com. Bidders must register on this website to 2019 at the office of the Engineer. conference associated with this project. download bidding documents. Instruction to Bidders and other bid documents will be available for review at the office of the Engineer and will be provided electronically to prospective bidders. Please contact Ashley Plans, specifications and bid documents are available at www.civcastusa.com, search: 6371-00 The Owner reserves the right to reject any or all Bids and to waive all defects and irregulari- Burney via email at [email protected] to obtain document download information. ties in bidding or bidding process except time of submitting a Bid. The Successful Bidder, if The Owner reserves the right to reject any or all bids and to waive any informalities or A cashier’s check or bid bond in the amount of 5% of the total bid amount must ac- any, will be the responsible Bidder which in the Board’s judgment will be most advantageous to minor defects. In case of the lack of clarity or ambiguity in prices, the Owner reserves the company each bid. The successful bidder will be required to provide performance, payment the District and result in the best and most economical completion of the Project. right to accept the most advantageous or reject the bid. All bids received after the closing time and maintenance bonds for the full amount of the contract. The Owner reserves the right to designated above will be returned unopened. reject any or all bids. Fort Bend County Municipal Utility District No. 174 1

32 HOUSTON BUSINESS JOURNAL MAY 31-JUNE 6,6, 20192019

LEGALS

Harris-Galveston Subsidence District 1660 West Bay Area Blvd. Friendswood, Texas 77546-2640 www.subsidence.org Phone: (281) 486-1105 Fax: (281) 218-3700 NOTICE OF HEARING 6/11/2019 NOTICE IS HEREBY GIVEN to all county and municipal governments and to all interested persons within the Harris and Galveston Counties: That the Board of Directors of the Harris-Galveston Subsidence District will hold hearings on applications for new well permits and for renewal or amendment of existing permits or requests to reconsider denial of well registrations submitted by the below listed parties, on June 11, 2019, 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: 1. 23033 Gosling Road, LLC 77. Cypresswood Apartments Texas, LP 153. Houston Northwest Baptist Church 229. National Oilwell Varco 305. Solid Rock Ready Mix 2. 5-B Joint Venture 78. Cypresswood Community Assoc. 154. Houston Pipe Line Company LP 230. Nauck III, Kurt 306. Soneri Business, Inc. 3. 821 FM 1960, LLC 79. D’Antonio LP 155. Houston Poly Bag, Inc. 231. Neeley, Kevin D 307. Southern Crushed Concrete 4. A.B. Klein Trust 80. DCP Enterprises No. 1, LLC 156. Houston Texas Temple 232. Negrete, Ricardo 308. Southern Star Concrete 5. ACCELLA Performance Materials 81. Denovo Global Technologies, Inc 157. Hovis Surveying 233. New Life Christian RFMD Church 309. Spring Creek Fellowship Church 6. Accent Wire Products 82. Dorstener Strategic Products 158. Image Development & Properties 234. New Light Christian Cntr. Church 310. Spring Creek Ranch, LP 7. Ace Manor Properties Management 1, Ltd 83. DPIS Engineering, LLC 159. Ipanema Properties of the Woodlands, LLC 235. Newberry Properties LP 311. Spring Gardens Nursery 8. ACMI 84. DukeSys Management, LLC. 160. IQ Products Company 236. Nguyen, Kevin H 312. Spring I.S.D. 9. Advanced Stores Co., Inc. # 8140 85. Dunn, Chad 161. ISA-Rosal, LLC 237. Nguyen, Tony 313. Spring Klein Sports Association 10. Aguirre, Gabriel 86. Dunn, Woody 162. J & S Water Co. 238. Nguyen, Tuong 314. Spring Stuebner Property Fund, LLC 11. AHCH Holdings 87. Duran, Jose Salavador 163. J & S Water Co./Azalea 239. NH RE 2014, LLC 315. Spring Tabernacle 12. Ahmed, Mohammed 88. Durrett Monteel O Jr 164. J & S Water Co./Cypress Hill 240. Noack Maintenance & Landscaping Co., Inc. 316. Springwoods Realty Inc. 13. Airway Baptist Church 89. Duxaoil Texas LLC 165. Jams, LLC 241. North Pine Business Park 317. SRC Water Supply 14. ALH Investments, LTD 90. Easy Lane Food Mart # 5 166. Jelsma Enterprises, Ltd. 242. North Pointe Forest HOA 318. SRE Homeowners Association 15. Ali, Karim 91. Easy Lane Food Mart # 9 167. JMB Real Estate Holdings 243. Northside Christian Church 319. St. Dunstans Episcopal Church 16. All Purpose Storage 92. Energy Storke 168. Joe Hudson’s Collision Centers 244. NRG Manufacturing 320. St. Edwards Catholic Church 17. Al-Qamar Inc. 93. Enterprise Crude Pipeline, LLC 169. Jones, Charles E. 245. NRV Properties, Inc 321. St. Timothy Lutheran Church 18. Amberwood Utility Co. 94. Enviro-Grow Nursery 170. Jordan, Paul 246. Oak Water Co. 322. Stable Gate HOA 19. Applied Machinery Corporation 95. Estates @ Creek’s End 171. Kachel Builders, Jerry 247. Oaks of Devonshire 323. Steele-Schroeder Partners, Ltd. 20. Aqua Texas, Inc. 96. Evolution Academy 172. Kachel, Jerry 248. O’Bannion, Raymond 324. Sterling Gate Estates 21. Argueta, Sissi 97. Exezidis, Kyriakos 173. Kaiserhof Lutheran Retreat Center 249. O’Bryan, Daniel 325. Stevens, Charles R. 22. Armao, John 98. Exterran 174. Kamp, Chance 250. O’Neal Partnership # 2 326. Stewart, Cathy 23. Aspen Forest Commercial 99. Falls at Champion Forest, Ltd., The 175. Kieschnick, Donald 251. Orpheus Holdings LLC, 327. Stone Canyon 24. Atkinson Rice Properties, LLC 100. Fenske, Wayne 176. Kirkland, Larry 252. Ortega, Roberto & Vicenta 328. Strack, James L. 25. Atkinson, Mike 101. Fierro, Fernando 177. Kiss Real Properties II, LLC 253. Owen Jr., Rigby 329. Swanson Golf Group, LP 26. Auburn Lakes HOA 102. Flores Hilda 178. Kleb, David 254. Palmetto Transoceanic, LLC 330. Swartz, Gary & Marilyn 27. Auz, Geovanny 103. Flynt, J. Eugene 179. Klein ISD 255. Park at Glen Arbor HOA 331. Sweisthal, Robert 28. Ayala, Jose & Maria 104. FM 2978 Storage LLC 180. Klein Memorial Park & Mausoleum 256. Petwell Management Louetta, LLC 332. Tavery, George 29. Aztec Glass & Mirror 105. Fordham, Fred 181. Kulasa, Jack 257. Picerne Development 333. Technical Realty Group of Texas,LLC 30. Baiardi, Lorenza Joyce 106. Forest Ridge 182. LaBrada, Lee 258. Pilgrim Branch Missionary Church 334. Terpstra, Peter S. 31. Balleza, Sr., Jesus 107. Forte, Joseph 183. LaBuff, James 259. Pineda, Gerardo 335. Terpstra, Sharon 32. Bar C Ranch Company, Inc. 108. Francisco, Riley 184. Lacombe, Dale 260. Pineda, Manuel & Nora 336. Tex Mex Masonry 33. Barber, Adam & Krissan 109. Frank Plumbing, Milton 185. Lakes of Cypress Hill Homeowners 261. Prause, Damian 337. Texas Auto Solutions. LLC 34. Bardwell, Dorothy 110. FRN Investments 186. Lakes of Jersey Village 262. Precision Fluorocarbon, Inc. 338. TGU, LLC 35. Barnett, Manuelita 111. Fun in Swimming, Inc. 187. Lakes of Sterling Gate HOA 263. Prescott, Walter & Sheryl 339. Theiss Properties, Ltd 36. Barrow, Jay 112. G. R. Auto Care 188. Lakeside Club, The 264. Prime Real Estate Holdings, LLC 340. Theiss, Ronald 37. BC Eaves Holdings, LLC 113. Galperti, Inc. 189. Lakeside Galveston Partners, LP 265. Pumptec Partners 341. Time Saver Grocery 38. Believers Fellowship 114. Gamez, Nemecio P. 190. Lakewood Grove Assoc., Ltd. 266. Quadvest, LP 342. Tipton Group 39. Bellagio Apartments/Francis Property Management 115. Givens George 191. Lambert, Dolores C. Unified Credit Trust 267. Quality Product Finishing 343. Tomball Country Club 40. Benfer, James 116. Gonzalez, Gilma 192. Landmark Industries 268. Rabel, Ronnie Frank 344. Tomball Grand Storage 41. Billings, Fred 117. Gonzalez, Jose Israel 193. Lechuga, Fernando 269. Raghaven, Vikraman T 345. Torres, Jorge 42. Birner Houston Corp 118. Gosling Office Park, LLC 194. Leeburajin, Jackrin 270. Ray, John Michael 346. Torres, Keno 43. Blackmon, William L. 119. Gosling Opportunity Venture, LLC 195. Lege, Douglas and Sherilyn 271. RB Acquisitions 347. Treager Development, LLC 44. BMB Investments 120. Gourley, Lane 196. Lewis Jr., E. R. 272. RCCG New Life Center 348. Treeline Community Assoc., Inc. 45. Booth, Joel A. 121. Greater New Solomon Temple 197. Lincoln Mfg, Inc. 273. RCW Nurseries, Inc. 349. Treeline Golf Club, Inc. 46. Borcherding, Randolph 122. Greens Blue Flame 198. Lindsey Construction 274. RDTX Management 350. Trevino, Josefina 47. Brent Grinding 123. Griffincher Real Estate 199. Link, Charles 275. Rebecca Village Business Park 351. Trinity Lutheran Church 48. Brentwood Lakes Homeowners Assoc. 124. Grissom, Paul 200. Longbotham, Ann H. 276. Rena Commercial Properties, LP 352. Trinity Lutheran Church Cemetery 49. Bussell & Sons, Inc. 125. Grymes, Betty 201. Louetta Glen HOA 277. Richardson Family Trust, The 353. Trinity Steel Fabricators, Inc. 50. Bussell, Craig 126. Guess Family, LP 202. Louetta Rd. Baptist Church, Inc. 278. Robles, Ernesto 354. Trinity Vineyard Church 51. Calvary Hill Funeral Home 127. Gulf Coast Stabilized Materials, LLC. 203. Luong, Don 279. Rock Ministries International, The 355. Triple R Assets, LLC 52. Campos, Walter 128. Guthrie Buildings, Inc. 204. Marx, Norma L. 280. Rodriguez, Jesse M Jr. 356. Trunkline Gas Company 53. Car Wash Partners, Inc. 129. Gutierrez, Alfonso 205. Maverick Associates 281. Rosehill Christian School 357. Turk Brothers Building 54. Cardenas, Rosa & Lorenzo 130. Haas Toyota Country, Fred 206. Maverick Development, LLC 282. Rosehurst HOA 358. Upchurch, Rodney 55. Cashdollar, Charles 131. Haase, Dennis 207. Maxwell, Harry 283. Rosewood Hill Homeowners Assoc. 359. Vaughn, Robert & Donna 56. Cauley, Chris 132. Haljiti, Brahim 208. McComas, Scott 284. Round Mountain Leasing LLC 360. Village of Northpointe Comm Assoc., Inc. 57. CBI Constructors, Inc. 133. Handy, Audrey 209. Mcdow, Craig DBA Eternal Spring Nursery 285. RTI Energy System, Inc. 361. Villarces, David 58. Champion Springs Homeowners, Inc. 134. Hardware Resources, Inc. 210. Meckley, Philip S 286. Rub A Dub Car Wash 362. Villas at Candlelight Park 59. Chelsea Park 135. Harris Co. M.U.D. 441 211. Mega Auto Group 287. RWS Group Investment, LLC 363. Villatoro, Isabel 60. Cohen, Larry 136. Harris County 212. Memorial Baptist Church 288. Saddlebrook Ranch, LLC 364. Vintage Royale HOA, The 61. Compacta Construction, Inc. 137. Harris County Precinct #4 213. MG Gravel LP 289. Sagacity Realty Investments, LLC 365. Vulcan Construction Materials, LLC 62. Cordova, Danny 138. Harris, Aaron 214. Milne, Justin & Courtney 290. Sage Enterprises 366. Vuong, Huong 63. Costello Jr., John Curtis 139. Hart, Richard 215. Ministerio Evangelico Palabra Viva Heb412 291. Sanberg & Sanberg Ltd 367. W & A Business Services, INC 64. Cougot, Allen 140. Hartwell Environmental Corp. 216. Minor, Bob 292. Sanberg Investments 368. Watson, Billy 65. Country Road Park 141. Hassey Investment & Consulting LLC 217. Miramar Lake HOA 293. Sanberg, Donald 369. Williams, Dee 66. Cowman, Kathryn 142. Haude, Diana 218. Mirror Lake Landscaping 294. Santacruz, Alejandro 370. Williams, Ltd., Joe W. 67. Cox Fam Ltd.Partnership, Thomas P. 143. Hawkins Sondra S & Richard L 219. Miss Daisy’s Dog Camp, Inc. 295. Save You Money Mattress 371. Wilson, Sonja 68. Cox, Tom 144. Hawkins, Wayne 220. Mitsubishi Hitachi Power Systems 296. Scott, Troy & Gwen 372. Windwood Presbyterian Church 69. Creative Life Church of Religious Science 145. Hearen Chelsey Lyn & Ronald 221. Mobley Offices Houston LP 297. Segovia, Elmer 373. Winterhaven Homeowners Assoc. 70. Creekside Arts Center LLC 146. Hidden Palms, The 222. Montemayor, Frank A. 298. Selzer Investments 374. Wolfes, Rex D. 71. Crisler Trucking 147. HLJ Spears Investments LLC 223. Morgan Performance 299. Settlement at Cypress Creek, The 375. Wong, Terry 72. Cristo Es El Camino 148. HMW Special U.D. 224. Morgan, Marie 300. SH 760-770 LLC 376. Woodcraft Studios 73. CubeSmart, LP 149. Homeowners Assoc. of Spring Village Estate, Inc. 225. Morton Buildings, Inc. 301. Shaw, Steve C. 377. Woodsedge Community Church 74. CW-MHP, LTD 150. Honeycutt, Barry 226. Mousselli, Ahmad 302. Singh, Hardeep K. 378. Wyndham Lakes HOA 75. CWP Asset Corp./Mister Car Wash 151. Houston Garden Center # 5 227. Muse Brothers Properties 303. Skinner Rd. Airport Comm. Assoc. 379. Y.M.C.A. of Greater Houston 76. Cy-Fair Christian Church, Inc. 152. Houston Garden Centers - Tomball 228. Napco Chemical Co. 304. Smith, James

An Order to convert to alternate water will be considered at said hearing for the following: 1. Arnold, Matt 3. Badrudin, Salim 5. J. E. Titus Co. 7. Mendez, Maria 9. Rowe, Barbara A., DVM 11. SWBCC Cypress Lakes LP 2. Augusta Pines Equestrian Center 4. Davis Brothers Construction 6. Lakes at Creekside LLC 8. Ralph White Merchandising 10. Spring Nursery & Landscape

Cancellation of the following permits will be considered at said hearing for the following: 1. 2000 North Loop, LP 8. Chavez, Jose Antonio 15. Hernandez, Carlos & Hilda 22. Nguyen, Mien 29. Sookram, Sabitree 2. Abbott, Wade 9. Compos Voti 16. Jaime, Fredy 23. North Houston Pole Line, LP 30. Vazquez, Maria 3. Americas International/ Sesco Cement 10. Cypress 17. Marquez, Herbert 24. Riggins, Ronnie 31. Velazquez, Hector 4. Barragy, Brian & McFarlin, Lissa 11. Flores, Jose Abel 18. MH1 Investments, Inc. 25. Rivera, Luis 32. Walle Sanchez, Brenda J 5. Bawco Fabricators, Inc. 12. Galo, Roger 19. Molina, Jose Yavany Pinto 26. Romero, Angel 33. Western Mobile Home Park 6. Capetillo, Iris 13. Gonzalez, David R. 20. Mouton, Pamela 27. Ruiz, Carlos 34. Young, Shirley 7. Casarez, Jose 14. Guzman, Bernardo 21. MTC Villas Westheimer, LLC ETAL 28. Sachi Trading Co.

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 Truong Permit Clerk MAY 31-JUNE 6, 2019 HOUSTON BUSINESS JOURNAL 33 11 14 17 LEGALS

INVITATION TO BIDDERS INVITATION TO BIDDERS ADVERTISEMENT FOR BIDS

Sealed Bids, in duplicate, addressed to Harris County Municipal Utility District No. 538, Sealed Bids, in duplicate, addressed to Harris County Municipal Utility District No. 423, CITY OF HOUSTON Attention: William Murphy, President, Board of Directors, will be received at the office of the Attention Mr. Patricia Scholes, President, Board of Directors, will be received at the office Engineer, LJA Engineering, Inc., 2929 Briarpark Drive, Suite 150, Houston, Texas 77042, un- of Jones & Carter, Inc., 1575 Sawdust Road, Suite 400, The Woodlands, Texas 77380, until The City Secretary for City of Houston will receive bids at 900 Bagby, Room P101, Houston, til 10:00 a.m., Local Time, Wednesday, June 19, 2019, and then publicly opened and read for 10:30 a.m. Local Time, June 14, 2019, and then publicly opened and read for “Construction Texas for the following Houston Public Works project[s]: “Construction of the Water, Sanitary Sewer and Drainage Facilities to Serve Katy Lakes Section of Paving Facilities in Balmoral Section 22 for Harris County Municipal Utility District No. 3 for Harris County Municipal Utility District No. 538, Harris County, Texas” 423, Harris County, Texas”. Project Name: Sanitary Sewer Cleaning and Television Inspection In Support of Rehabilitation Scope of Work of the Contract includes the following: water, sanitary sewer and drainage Scope of Work of the Contract includes the following: Construction of Paving Facilities WBS Number: R-000266-0306-4 (File No. 4277-107) facilities. in Balmoral Section 22. Bid Date: June 27, 2019 Project Location: Within City Limits Bids received after the closing time will be returned unopened. A non-mandatory pre-bid Bids received after the closing time will not be opened and will be delivered to the Owner Project Manager: Mary F. Bac, P.E. / (832-395-4992) conference will be held on Wednesday, June 12, 2019, at 10:00 a.m. Local Time, at the office of for its consideration. There will be no Pre-Bid Conference for this contract. [email protected] the Engineer, LJA Engineering, Inc., 2929 Briarpark Drive, Suite 150, Houston, Texas 77042. Estimated Construction Cost: $850,000.00 Each Bid must be accompanied by a Bid Bond or a certified or cashier’s check, acceptable Prebid Meeting: Mandatory, June 11, 2019, 9:00 a.m., 4545 Each Bid must be accompanied by a Bid Bond or a certified or cashier’s check, acceptable to the Owner, in an amount not less than five percent (5%) of the total amount Bid, as a Groveway Drive, Rm. 100, Houston, Texas 77087 to the Owner, in an amount not less than five percent (5%) of the total amount Bid, as a guarantee that the successful bidder will enter into the Contract and execute the Bonds on the guarantee that the successful bidder will enter into the Contract and execute the Bonds on the forms provided, and provide the required insurance certificates within seven (7) days after the Bids will be accepted at 900 Bagby, Room P101, Houston, Texas until 10:30 a.m., local forms provided, and provide the required insurance certificates within seven (7) days after the date Contract Documents are received by the Contractor. time on the Bid Date shown above. Bids received after that time will not be accepted. Bids will date Contract Documents are received by the Contractor. be publicly opened and read aloud at 11:00 a.m. on the same day in City Council Chambers. Copies of the bidding documents may be obtained from www.CivcastUSA.com. Bidders All interested parties are invited to attend. Place and date of Bid opening may be changed in Bidding documents may be examined at LJA Engineering, Inc., AGC of Texas, Construct must register on this website in order to view and/or download specifications, plans, soils accordance with Sections 15 3(b)(5) and 15-3(b)(6) of the City of Houston Code of Ordi- Connect, and Amtek or may be obtained by prospective bidders or suppliers upon payment report and environmental reports for this project. There is NO charge to view or download nances. Low bidder shall comply with City of Houston Code of Ordinances. All bidders shall of one hundred dollars ($100.00 non-refundable plus cost of delivery) ($50.00 for electronic documents. comply with Article II, Chapter 15, City of Houston Code of Ordinances. copy) for each set of documents at LJA Engineering, Inc., 2929 Briarpark Drive, Suite 150, The requirements and terms of the City of Houston Pay or Play Program, as set out in Houston, Texas 77042. Bidding documents may be examined by appointment without charge in the office of Jones Executive Order 1-7 and Ordinance 2007-0534, are incorporated into this project for all pur- and Carter, Inc., 1575 Sawdust Road, Suite 400, The Woodlands, Texas 77380. poses. All bidders shall comply with the terms and conditions of the Pay or Play Program as The Owner reserves the right to reject any or all Bids and to waive all defects and irregulari- they are set out at the time of City Council approval of this Agreement. ties in bidding or bidding process except time of submitting a Bid. The Successful Bidder, if The Owner reserves the right to reject any or all Bids and to waive all defects and irregulari- This project is subject to the Hire Houston First program, which gives a prefer- any, will be the responsible Bidder which in the Board’s judgment will be most advantageous to ties in bidding or bidding process except time of submitting a Bid. The Successful Bidder, if ence to certain local bidders in award of the contract. For more information, go to: the District and result in the best and most economical completion of the Project. any, will be the responsible Bidder which in the Board’s judgment will be most advantageous to http://www.houstontx.gov/obo/hirehoustonfirst.html the District and result in the best and most economical completion of the Project. Bid documents and drawings may only be obtained electronically at the City’s website: Harris County Municipal Utility District No. 538 http://bidsets.publicworks.houstontx.gov/ . 12 Harris County Municipal Utility District No. 423 Projects may contain City of Houston Standard Construction Specifications for Wastewa- ter Collection Systems, Water Lines, Storm Drainage, Street Paving, and Traffic sections that 15 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.public- works.houstontx.gov/engineering-and-construction/specifications.html. LEGAL NOTICE Bidders should review Document 00210 – Supplementary Instructions to Bidders - to REQUEST FOR PROPOSALS determine whether the contract will be a City Street and Bridge Construction or Improve- CYBER INSURANCE INVITATION TO BIDDERS ment Contract which requires a current Certificate of Responsibility filed with the Director THE CITY OF HOUSTON of Houston Public Works no later than three business days prior to Project Bid Date. A Cer- Sealed bids, in duplicate, addressed to Bridgeland Development, LP on behalf of Har- tificate of Responsibility is a valid Prequalification Approval Letter issued by TxDOT stating that a Bidder is qualified to bid on State Highway improvement contracts pursuant to 43 Texas The City of Houston invites qualified insurance carriers to submit sealed proposals to ris County Water Control & Improvement District No. 158 will be received in the office Administrative Code, Section 9.12, as it may be amended from time-to-time, and Chapter 15, provide Cyber Insurance Coverage. Proposals are solicited for this coverage for the City of of Bridgeland Development, LP, 23720 House Hahl Road, Cypress, TX 77433 until 3:00 Article IV of the Code of Ordinances, Houston, Texas. Houston in accordance with the terms, conditions and instructions as set forth in a Request for p.m. on Wednesday, June 19, 2019, at which time all bids will be opened and publicly read Bidders shall comply with City Ordinance 2013-0428, Chapter 15, Article V, City of Proposals (RFP), which may be obtained through the City’s Broker of Record, McGriff, Seibels for the furnishing of all material, equipment, labor, and supervision necessary or incidental Houston Code of Ordinances, as amended, and City of Houston Office of Business Oppor- & Williams of Texas, Inc., at the office of: to the construction of “Proposed Water, Sewer, Force Main, N.P.W.L., Drainage & Pav- tunity Minority, Women, and Small Business Enterprise (MWSBE) Procedures. The Lowest ing Improvements for Bridgeland Creek Parkway Section 7 Contract 2 – (Low-Impact Responsible Bidder will be required to demonstrate good faith efforts to achieve a MWSBE Mr. Mark E. Knepshield Development Bio-swales & Finished Grading)” and “Proposed Water, Sewer, Force Main, participation goal as stated in Document 00800 – Supplementary Conditions (Contract Goal) McGriff, Seibels & Williams of Texas, Inc. N.P.W.L., Drainage & Paving Improvements for Bridgeland Creek Parkway Section 8 in accordance with Document 00808 – Requirements for the City of Houston Program for 5080 Spectrum Drive, Suite 900E Contract 2 (Low-Impact Development Bio-swales & Finished Grading)” Minority, Women, and Small Business Enterprises and Persons with Disabilities Enterprises Addison, TX 75001 (PDBE). ATTN: City of Houston Cyber Insurance Scope of Project: It is unlawful for any Contractor to contribute or offer any contribution to a candidate for Request for Proposals Approximately 18 Bioretention swales with 2-foot through 6-foot wide bio-cells including 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 Telephone: (469) 232-2126 perforated PVC underdrains and amended soils; further explanation. Email: [email protected] 1. Approximately 1,740 LF 8-inch SDR35 PVC Pipe with appurtenances. Dated: (Publish May 31, 2019) Anna Russell Proposers must agree to an effective date ofSeptember 1, 2019, 12:01 a.m. Central Day- 2. Approximately 1,960 LF8-inch Perforated SDR35 PVC Pipe with appurtenances. City Secretary light Time in Houston, Harris County, Texas. 3. Approximately 99,509 SY of fine grading of greenspace & bioretention swales. 18 4. Approximately 679 SY of Bio-Cell construction. Questions concerning the Proposal should be directed to Mr. Mark E. Knepshield, McG- riff, Seibels & Williams of Texas, Inc. The reply will be by Addendum and will be provided to A mandatory pre-bid conference will be held in the office of Bridgeland Development, all respondents. Proposals signed, executed and dated must be submitted and received on or LP, 23720 House Hahl Road, Cypress, TX 77433 at 2:00 p.m. on Wednesday, June 12, 2019 before July 5, 2019, 12:00 p.m. Central Daylight Time, to the office of Mr. Mark E. Knep- (attendance is mandatory). shield, McGriff, Seibels & Williams of Texas, Inc., 5080 Spectrum Drive, Suite 900E, Addison, INVITATION TO BIDDERS TX 75001. No proposals will be accepted after the stated deadline. Plans, specifications, and bid documents are available atwww.civcastusa.com , search Proj- ect No. 170461. Sealed bids addressed to Bridgeland Development, LP on behalf of Harris County The City reserves the right to reject or accept any proposals and to waive informalities and Water Control & Improvement District No. 158, will be received in the office of Bridge- minor irregularities in proposals received. The City’s Broker of Record, McGriff, Seibels & A cashier’s check or bid bond in the amount of 5% of the total bid amount must accom- land Development, LP, 23720 House Hahl Road, Cypress, Texas 77433 until 3:15 p.m. on Williams of Texas, Inc., will give notice of rejection or acceptance. pany each bid. The successful bidder will be required to provide a performance bond, a pay- Wednesday, June 19, 2019 at which time all bids will be opened and publicly read for the 13 ment bond, and a maintenance bond for the full amount of the contract. The Owner reserves furnishing of all material, equipment, labor and supervision necessary or incidental to the the right to reject any or all bids. “Construction of Bridgeland Upper Cypress K-150 Detention and Amenity Excavation 16 and Spoil Disposal.” Scope of Project: INVITATION TO BID 1. Approx. 2,250,000 CY of excavation and spoil disposal including clearing, preparation Sealed bids in duplicate addressed to Friendswood Development Company, LLC will be of site for fill, clay liner, and storm outfall completion. received in the offices of Jones|Carter, Consulting Engineers, 6330 West Loop South, Suite SECTION 00100 150, Bellaire, Texas until 10:00 a.m., Friday, June 14, 2019, and then publicly opened and A MANDATORY pre-bid conference will be held in the office of Bridgeland Develop- read for furnishing all plant, labor, material and equipment and performing all work required INVITATION TO BID ment, LP, 23720 House Hahl Road, Cypress, Texas 77433 on Wednesday, June 12, 2019, at for the Construction of: Water, Sanitary, and Drainage Facilities in Royal Brook at Kingwood 2:30 p.m. Section 20. OWNER HW589 Holdings, LLC Plans, specifications and bid documents are available atwww.civcastusa.com ; search 5509-30. The project is located in City of Houston. From the City of Houston head East on IH-10 13131 Dairy Ashford, Suite 210 until you reach I-69/US- 59N. Head North toward Cleveland until you reach FM 1314/ Por- Sugar Land, TX 77478 A cashier’s check or bid bond in the amount of 5% of the total bid amount must ac- ter/ Conroe and turn right onto W Ford Rd. and take a slight left onto Mills Branch Dr. Turn Attn: Mr. Trey Reichert, P.E. company each bid. The successful bidder will be required to provide a performance bond, left on Hueni Road. The destination is on your right. a payment bond and a maintenance bond as provided for in the bid documents, for the full LANDSCAPE amount of the contract. The Owner reserves the right to reject any or all bids. For construction contracts $50,000 and over, the bidder shall submit either a 2% certified ARCHITECT Clark Condon 24 or cashier’s check or a five percent (5%) bid bond of the maximum total bid amount. Make 10401 Stella Link Road the cashier’s check or bid bonds payable to the Owner. Houston, Texas 77025 Attn: Jason Miller Plans, specifications, and bidding documents are available at www.civcastusa.com. Said Telephone: 713-871-1414 documents may be examined without charge in the office of Jones|Carter, Construction Divi- sion, 2322 West Grand Parkway North, Suite 150, Katy, Texas 77449. PROJECT/WORK Veranda Phase III –Richmond Parkway, Circle Seven, Sections 17, INVITATION TO BID 20, 21, & 22 Landscape Improvements ATTENTION: Pursuant to Texas Government Code 2252.908, you must be able to pro- Sealed bids in duplicate addressed to Meritage Homes will be received in the office of vide The City of Houston (the “City”) with a printed, executed and notarized original of a BID OPENING TIME Thursday, June 27, 2019, at 2 p.m. Design Workshop, Inc., 918 Congress, Houston, Texas 77002 until 9:00 a.m., Monday, June completed Certificate of Interested Parties form (Form 1295) with the bid. Failure to do so will 17, 2019, and then opened and read for furnishing all labor, material and equipment and result in the District’s inability to execute the contract. To complete the disclosure of interested Sealed bids in duplicate, addressed to HW589 HOLDINGS, LLC, will be received at the performing all work required for the construction of: Spring Brook Village: Phase 2 – ROW parties form, or for further information, please visit the Texas Ethics Commission’s website at offices of Clark Condon, 10401 Stella Link Rd, Houston, Texas 77025 until 2 p.m. local time, Improvements. The project is located in the City of Houston, Harris County. The site may be https://www.ethics.state.tx.us. Thursday, June 27, 2019, and then publicly opened and read for furnishing all labor, material reached by taking Interstate 10 west and exit Gessner Road. Proceed north on Gessner Road and equipment and performing all work required for the construction of Veranda Phase III approximately 1 mile to Kemp Forest Drive. Turn right, and you will arrive once you reach the There will be a pre-bid conference in the offices of Jones|Carter, 6330 West Loop South, –Richmond Parkway, Circle Seven, Sec 17, 20-22 Landscape Improvements in Fort Bend intersection at Teague Road. For construction contracts over $250,000, the bidder shall submit Suite 150, Bellaire, Texas, 77401 at 10:00 a.m., Friday, June 7, 2019. Attendance is not man- County, TX. The Site of the work is west of Hutchens Elementary School on Williams Way a five percent (5%) bid bond of the maximum total bid amount. Make the bid bonds payable datory. Boulevard in Fort Bend County, Texas. A MANDATORY pre-bid conference will be held in to the Owner. Plans, specifications, bidding documents and pre-bid meeting information can the office of Clark Condon at 2 p.m. local time, Thursday, June 13, 2019. Bidding documents be found on www.civcastusa.com. Bidders can ask questions via CivCast. The Owner reserves The Owner reserves the right to reject any or all bids and waive any or all irregularities. No may be viewed and downloaded free of charge (with the option to purchase hard copies) at the the right to reject any or all bids and waive any or all irregularities. No bid may be withdrawn bid may be withdrawn until the expiration of 60 days from the date bids are open. CivCastUSA Website (www.CivCastUSA.com). Reproduction charges may apply. until the expiration of 60 days from the date bids are opened.

Advertise your open positions or your legal notices to the Houston Business Journal’s influential audience. For more information about how to submit your information, contact Lenora Black at (713) 395-9625 or ADVERTISE HERE: via email at [email protected]. 34 HOUSTON BUSINESS JOURNAL MAY 31-JUNE 6, 2019

21 22 26 LEGALS

INVITATION TO BIDDERS INVITATION TO BIDDERS INVITATION TO BIDDERS

Sealed bids addressed to Trail of the Lakes Municipal Utility District, will be received Sealed bids, in duplicate, addressed to Board of Directors, Harris County Municipal Sealed Bids, in duplicate, addressed to Brazoria County Municipal Utility District No. 39, in the office of BGE, Inc., 10777 Westheimer, Suite 400, Houston, Texas 77042, until 10:00 Utility District No. 171, will be received in the office of BGE, Inc., 10777 Westheimer, Attention: Ms. Nancy Davis, President, Board of Directors, will be received at the Katy of- AM on Wednesday, June 19, 2019 at which time all bids will be opened and publicly read for Suite 400; Houston, Texas, 77042 (Phone: 281-558-8700) until 10:30 AM, Tuesday, June fice of LJA Engineering, Inc., 1904 W Grand Parkway North, Suite 120, Katy, Texas 77449, the furnishing of all material, equipment, labor and supervision necessary or incidental to the 18, 2019, at which time all bids will be opened and publicly read for the furnishing of all mate- until 10:00 a.m., Local Time, Tuesday, June 18, 2019, and then publicly opened and read for “Construction of Claytons Park Lift Station No. 1 Generator Addition.” rial, equipment, labor and supervision necessary or incidental to “Construction of FM 529 at “Clearing and Grubbing to Serve The Big Island Development Area in Pomona for Brazoria Elyson Exchange Way - Rebid for Harris County MUD No. 171, Harris County, Texas,” County Municipal Utility District No. 39, Brazoria County, Texas” Scope of Project: Scope of Project: Scope of Work of the Contract includes the following: clearing and grubbing. Contractor to furnish and install Emergency Generator at lift station facilities and remove and replace submersible pumps in wet well. A 125 KW Natural Gas-Powered Emergency Proposed Construction of a Left-Turn Lane and Right-Turn Lane at FM 529 at Elyson Ex Bids received after the closing time will be returned unopened. A Non-Mandatory pre-bid Generator to be installed with sound attenuating enclosure, automatic transfer switch change Way with limits from Approx. 0.23 miles West of SH 99 to Approx. 1.8 Miles East of conference will be held on Tuesday, June 11, 2019, at 10:00 a.m. Local Time, at the Katy of- (ATS), and necessary electrical and all appurtenances for a complete emergency electrical Porter Rd. The work consists of Asphalt Pavement Widening, and Overlay, and Signing and fice of LJA Engineering, Inc., 1904 W Grand Parkway North, Suite 120, Katy, Texas 77449. power system for Clayton Park Lift Station No. 1. Work shall include, but not limited Pavement Markings. to, concrete generator foundation, raised worker platform, load banks, and bollards Each Bid must be accompanied by a Bid Bond or a certified or cashier’s check, acceptable relating to generator addition; remove and replace pump rails, base elbow and associated Bids received after the closing time will be returned unopened. to the Owner, in an amount not less than five percent (5%) of the total amount Bid, as a piping relating to submersible pump replacement. guarantee that the successful bidder will enter into the Contract and execute the Bonds on the A MANDATORY pre-bid conference will be held in the office of BGE, Inc.,Tuesday, June forms provided, and provide the required insurance certificates within seven (7) days after the Bids received after the closing time will be returned unopened. 11, 2019 at 10:30 AM. Attendance by each prospective bidder or its representative at the pre- date Contract Documents are received by the Contractor. bid conference is MANDATORY and no Bid will be opened unless the bidder or representative A NON-MANDATORY pre-bid conference will be held in the office of BGE, Inc., 10777 was present at the pre-bid conference. Bidding documents may be examined at LJA Engineering, Inc., AGC of Texas, Construct Westheimer Road, Suite 400, Houston, Texas 77042 on Wednesday, June 12, 2019 at 2:00 PM. Connect, and Amtek or may be obtained by prospective bidders or suppliers upon payment of Plans, specifications and bid documents are available atwww.civcastusa.com , search: 5760-00(R). ninety-five Dollars ($95.00 non-refundable plus cost of delivery) ($50.00 for electronic copy) Plans and specifications are available for download at no charge at www.civcastusa.com, for each set of documents at LJA Engineering, Inc., 1904 West Grand Parkway North, Suite search 6378-00. A cashier’s check or bid bond in the amount of 5% of the total bid amount must ac- 120, Katy, Texas 77494. company each bid. The successful bidder will be required to provide performance, payment A cashier’s check or bid bond in the amount of 5% of the construction cost must accom- and maintenance bonds for the full amount of the contract. The Owner reserves the right to The Owner reserves the right to reject any or all Bids and to waive all defects and irregulari- pany each bid. The successful bidder will be 14required to provide a performance bond, a pay- reject any or all bids. ties in bidding or bidding process except time of submitting a Bid. The Successful Bidder, if ment bond, and a maintenance bond as provided for in the bid documents, for the full amount 28 any, will be the responsible Bidder which in the Board’s judgment will be most advantageous to of the contract. The Owner reserves the right to reject any or all bids. the District and result in the best and most economical completion of the Project.

Brazoria25 County Municipal Utility District No. 39 NOTICE TO BIDDERS INVITATION TO BIDDERS All interested parties are encouraged to attend any scheduled pre-bid and/or pre- proposal conference(s). It is the interested party’s responsibility to ensure they have secured Sealed bids, in duplicate, addressed to Board of Directors, Harris County Municipal and thoroughly reviewed all solicitation documents prior to any scheduled conference(s). Utility District No. 287, will be received in the office of BGE, Inc., 10777 Westheimer, Suite NOTICE TO BIDDERS Interested parties can download all forms and specifications from the Internet at 400; Houston, Texas, 77042 (Phone: 281-558-8700) until 10:30 AM, Friday, June 14, 2019, http://purchasing.houstontx.gov. Downloading these documents will ensure all interested at which time all bids will be opened and publicly read for the furnishing of all material, equip- Sealed bids, in duplicate, addressed to D.R. Horton – Texas, Ltd. for Harris County Mu- parties will automatically receive any updates via e-mail. ment, labor and supervision necessary or incidental to “Construction of Phase 7 Detention nicipal Utility District No. 390, will be received at the office of the Engineer, Pape-Dawson Rehabilitation Harris County MUD No. 287, Harris County, Texas,” Engineers, Inc., 10350 Richmond Ave., Suite 200, Houston, Texas 77042, Phone 713-428- INVITATION TO BID – Sealed bids will be received in the Office of the City Secretary, 2400 until 10:00 AM, local time, Tuesday, June 18, 2019 and then publicly opened and read City Hall Annex, Public Level, 900 Bagby, until 10:30 A.M., on the bid due date, and all bids Scope of Project: for the construction of the following project: will be opened and publicly read in the City Council Chamber, Public Level, at 11:00 A. M. 1. Import 1,000 CY of select fill “Construction of Drainage Facilities to Serve Bids Due – June 13, 2019 2. Regrade eroded detention sideslopes City Gate Detention Phase 1” 3. Turf establishment Project No. 40672-16 Trailers for Houston Public Works – Strategic Procurement Division – S79-N28954 – 0% MWBE Goal – Pre-Bid Conference will be June 5, 2019 at 10:00 A.M., at 611 Walker St, 16th Bids received after the closing time will be returned unopened. Scope of Work of the Contract includes: Floor Conference Room 16A, Houston, Texas 77002. Interested parties may contact Joshua Emo at 832-393-8740 or email at [email protected]. There will be no pre-bid meeting associated with this project. 1. Approx. 300 LF of 6-foot by 4-foot storm sewer pipe and all appurtenances 2. Approx. 100,000 CY of excavation and on-site fill placement for the basin Bids Due – June 20, 2019 Plans, specifications and bid documents are available at www.civcastusa.com, search: 6277-00. 3. Approx. 2,000 SY of 5-inch concrete slope paving

Fiber Optic Cable Maintenance and Repair Services for Houston Public Works – Strategic A cashier’s check or bid bond in the amount of 5% of the total bid amount must ac- A mandatory pre-bid conference will be held at 10:00 AM, local time, Tuesday, June 11, Procurement Division – S07-L28999 – 11% MWBE Goal – Pre-Bid Conference will be June company each bid. The successful bidder will be required to provide performance, payment 2019 at the office of the Engineer. 5, 2019 at 10:00 A.M., at 2805 McKinney St, 192nd Floor Conference Room 1, Houston, Texas and maintenance bonds for the full amount of the contract. The Owner reserves the right to Instruction to Bidders and other bid documents will be available for review at the office of 77002. Interested parties may contact Casey Crossnoe at 832-393-8724 or email at casey. reject any or all bids. the Engineer and will be provided electronically to prospective bidders. Please contact Ashley [email protected]. Burney via email at [email protected] to obtain document download information. 27 The Owner reserves the right to reject any or all bids and to waive any informalities or minor defects. In case of the lack of clarity or ambiguity in prices, the Owner reserves the right to accept the most advantageous or reject the bid. All bids received after the closing time INVITATION TO BIDDERS designated above will be returned unopened.

Sealed Bids, in duplicate, addressed to Sienna Plantation M.U.D. No. 3, Attention Don INVITATION TO BIDDERS Trull, President, Board of Directors, will be received at the office of Clark Condon, 10401 Stella Link Rd, Houston, Texas 77025, until 2 p.m. Local Time, June 20, 2019, and then Sealed Bids, in duplicate, addressed to Brazoria County Municipal Utility District No. 39, publicly opened and read for “Phase I Landscape Improvements for Sienna Plantation M.U.D. Attention: Ms. Nancy Davis, President, Board of Directors, will be received at the Katy of- No. 3, Fort Bend County, Texas” 6 7 fice of LJA Engineering, Inc., 1904 W Grand Parkway North, Suite 120, Katy, Texas 77449, until 10:30 a.m., Local Time, Tuesday, June 18, 2019, and then publicly opened and read for NOTICE TO CREDITORS Scope of Work of the Contract includes the following: pavilion, entry features and bench “Construction of the Croix Parkway Water Line Extension and Storm Sewer Outfall to Serve arbors, paving, lighting, site furniture, landscape and irrigation. Brazoria County Municipal Utility District No. 39”, Brazoria County, Texas” Bids received after the closing time will be returned unopened. A MANDATORY pre-bid Scope of Work of the Contract includes the following: water line extension and storm NOTICE TO CREDITORS NOTICE TO CREDITORS conference will be held on June 6, 2019, at 2 p.m. Local Time, at the office of Clark Con- sewer outfall. NO. 474752 NO. PR-0079588 don. Attendance by each prospective bidder or its representative at the pre-bid conference is NOTICE OF APPOINTMENT NOTICE OF APPOINTMENT MANDATORY, and no Bid will be opened unless the bidder or representative was present at Bids received after the closing time will be returned unopened. A Non-Mandatory pre-bid Notice is hereby given that Original Letters Notice is hereby given that Original Letters the pre-bid conference. conference will be held on Tuesday, June 11, 2019, at 10:30 a.m. Local Time, at the Katy of- of Testamentary for the Estate of SHERYL of Testamentary for the Estate of GLORIA fice of LJA Engineering, Inc., 1904 W Grand Parkway North, Suite 120, Katy, Texas 77449. ANNE SCOTT, Deceased, were issued on J. FARRELL, Deceased, were issued on May Each Bid must be accompanied by a Bid Bond or a certified or cashier’s check, acceptable May 7, 2019 in Cause No. 474752 pending 23, 2019 in Cause No. PR-0079588 pending to the Owner, in an amount not less than five percent (5%) of the total amount Bid, as a Each Bid must be accompanied by a Bid Bond or a certified or cashier’s check, acceptable in the Probate Court No. 3 of Harris County, in the Probate Court of Galveston County, guarantee that the successful bidder will enter into the Contract and execute the Bonds on the to the Owner, in an amount not less than five percent (5%) of the total amount Bid, as a Texas to: Texas to: forms provided, and provide the required insurance certificates within seven (7) days after the guarantee that the successful bidder will enter into the Contract and execute the Bonds on the JEFFREY WAYNE SCOTT TARA RILEY date Contract Documents are received by the Contractor. forms provided, and provide the required insurance certificates within seven (7) days after the Independent Executor Independent Executrix date Contract Documents are received by the Contractor. All claims against the Estate of SHERYL All claims against the Estate of GLORIA J. Copies of the bidding documents may be obtained from www.CivcastUSA.com: search ANNE SCOTT, Deceased, should be pre- FARRELL, Deceased, should be presented Phase I. Bidders must register on this website in order to view and/or download specifications, Bidding documents may be examined at LJA Engineering, Inc., AGC of Texas, Construct sented to: Douglas Broch, Attorney at Law, to: Douglas Broch, Attorney at Law, 902- plans, soils report, and environmental reports for this Project. There is NO charge to view or Connect, and Amtek or may be obtained by prospective bidders or suppliers upon payment of 902-C South Friendswood Dr., Friendswood, C South Friendswood Dr., Friendswood, download documents. ninety-five dollars ($95.00 non-refundable plus cost of delivery) ($50.00 for electronic copy) Texas 77546-5154. All persons having claims Texas 77546-5154. All persons having claims for each set of documents at LJA Engineering, Inc., 1904 W Grand Parkway North, Suite 120, against this Estate which is currently being against this Estate which is currently being The Owner reserves the right to reject any or all Bids and to waive all defects and irregulari- Katy, Texas 77449. administered are required to present them administered are required to present them ties in bidding or bidding process except time23 of submitting a Bid. The Successful Bidder, if within the time and manner prescribed by 8 within the time and manner prescribed by any, will be the responsible Bidder which in the Board’s judgment will be most advantageous to The Owner reserves the right to reject any or all Bids and to waive all defects and irregulari- law. DATED this 28th day of May, 2019. /s/ law. DATED this 28th day of May, 2019. /s/ the District and result in the best and most economical completion of the Project. ties in bidding or bidding process except time of submitting a Bid. The Successful Bidder, if Douglas Broch, Attorney for the Estate. Douglas Broch, Attorney for the Estate. any, will be the responsible Bidder which in the Board’s judgment will be most advantageous to the District and result in the best and most economical completion of the Project. INVITATION TO BIDDERS NOTICE TO CREDITORS Brazoria County Municipal Utility District No. 39 NO. PR-18, 005 SEALED PROPOSALS addressed to Harris County Municipal Utility District No. 105 for NOTICE OF APPOINTMENT construction of the Water, Sanitary Sewer and Drainage Facilities to Serve Lantana Section 4, Notice is hereby given that Original Letters LJA Job No. 2025-1104D, will be received at the office of LJA Engineering, Inc., 1904 West of Administration for the Estate of VIR- Grand Parkway North, Suite 120, Katy, Texas 77449, until 2:00 p.m., Friday, June 14, 2019, GINIA LEE LYERLY, Deceased, were issued and then publicly opened and read aloud. on February 14, 2019 in Cause No. PR-18, 005 pending in the County Court at Law of Copies of the Plans and Specifications may be obtained from the Engineer for a non- Waller County, Texas to: refundable fee of $100.00 per set ($50.00 for electronic copy). STEPHANIE L. WHITAKER Independent Administratrix Harris County Municipal Utility District No. 105 will hold a MANDATORY pre-bid All claims against the Estate of VIRGINIA conference at the office of LJA Engineering, Inc., 1904 West Grand Parkway North, Suite LEE LYERLY, Deceased, should be pre- 120, Katy, Texas 77449, at 2:00 p.m., Monday, June 10, 2019. Harris County Municipal sented to: Kenneth R. Phillips, Attorney at Utility District No. 105 reserves the right to reject any and all bids. The Successful Bidder, if Law, 3322 E Walnut Street, Ste. 111, Pearl- any, will be the responsible Bidder which in the Board’s judgment will be most advantageous and, Texas 77581. All persons having claims to the District and result in the best and most economical completion of the Project. (Texas against this Estate which is currently being Water Code 49.273) administered are required to present them within the time and manner prescribed by Bid security in the form of bid bond or cashier’s check payable to Harris County Municipal PRINT | DIGITAL | SOCIAL | EVENTS law. DATED this 24th day of May, 2019. Utility District No. 105 in an amount not less than five percent (5%) of the Bid submitted, Phillips & Phillips, PLLC /s/ Kenneth R. must accompany each Bid. Phillips, Attorney for the Estate.