<<

FEBRUARY 3-9, 2017 BUSINESS JOURNAL 29 Connect with BUSINESS MARKETPLACE Real estate our audience. BRIDGE LOANS Advertise in the UP tO $5,000,000 Houston Business Direct Private lender since 1990 Journal Close in 7 days

Equity Secured Capital www.equitysecured.com Lenora Black 512-732-8338 713-395-9625 [email protected] DISTINCTIVE PROPERTIES Our expertise. 713.932.1032 Your home. www.BernsteinRealty.com

JUST LISTED JUST LISTED

Stunning new construction by Meritage Homes! 1700 Sunset D · Rice/Museum District Area 4907 Dumfries Dr · Meyerland 5006 Wigton · Meyerland 7615 E Jordan Cove · Spring Branch Sophisticated 4 story 3 bdrm, 3.5 bath home nestled Open THIS Saturday, Feb 4th 1:00 - 3:00 Beautiful 4 bdrm/3.5 bath home w/striking brick Lovely 3 story 4 bdrm, 3.5 bath home. Wonderful in private gated community. Wonderful floor plan w/ Gorgeous 4 bdrm/3.5 bath traditional home on & stone elevation on spacious lot. Fab kitchen & floor plan w/generous room sizes. Gracious formals, generous room sizes & elevator. Very lightly lived in. spacious lot with lush landscaping. Gourmet kitchen expansive island w/breakfast bar open to spacious hardwoods & double crown molding. Gourmet kitchen Gourmet kitchen w/Miele appliances & center island w/stainless apps + large center island transitions living room w/soaring 2 story ceiling. Great floor w/SS apps inclu gas range. Spacious den w/gas log w/breakfast bar. High ceilings + hardwoods. Lux master seamlessly to spacious living rm. Open floor plan w/ plan w/lux master suite + secondary bdrm w/full fireplace & French doors to fabulous backyard. Hunters suite w/balcony. Huge 4th floor gamerm w/wet bar. master down. Huge gameroom up. Many energy bath down + huge gameroom & media room up. Creek Elem, SB Middle & Memorial HS. MLS #5418145 efficient & special features throughout. MLS #30758148 & MLS #91190992 MLS #36607584

ADDITIONAL RESIDENTIAL REAL ESTATE OPPORTUNITIES SPECIAL REPORT • FEBRUARY 3 – GEOGRAPHIC RESIDENTIAL FOCUS: WEST HOUSTON • MARCH 23 – REAL ESTATE RESIDENTIAL REAL ESTATE AWARDS (HURRY – SURVEYS ARE DUE JANUARY 30) AD PRICING • MARCH 24 – MOST EXPENSIVE HOMES SOLD FULL PAGE AD...... $3,900 RESIDENTIAL REAL ISLAND AD...... $3,315 ESTATE AWARDS There are thousands of homes sold in Houston each year, but a small percentage PUBLICATION are multimillion dollar homes. The Houston Business Journal will list the 50 most HALF PAGE AD...... $2,865 BELT AD...... $2,535 • MARCH 31 – expensive homes sold in 2016 in our upcoming Residential Real Estate focus on QUARTER PAGE AD...... $1,760 GEOGRAPHIC February 10th. As you know, the Houston Business Journal reaches a very affluent FOCUS: DOWNTOWN business leader and when the decision is made to buy or sell a home, you want to AD DEADLINES SPACE RESERVATION...... FEB 01 • APRIL 28 – be top-of-mind for that prospect. Showcasing your expertise as a top agent selling EXECUTIVE HOME luxury properties sets you apart from thousands of Houston realtors. This is an elite AD MATERIALS...... FEB 03 PUBLICATION DATE...... FEB 10 BUYING GUIDE list of homes and elite agents should be included. (LISTS: RRE BROKERAGES LIST, Reserve space now for the upcoming Residential Real Estate focused edition that CUSTOM HOME BUILDERS) includes one of the year’s most popular lists. • MAY 26 – Contact: DESIGN/BUILD/ The Houston Business Journal – Houston’s leading voice for business news. RENOVATION Kim DeShazer GUIDE • JUNE 2 – 713.395.9615 GEOGRAPHIC MOST EXPENSIVE HOMES SOLD FOCUS: BAY AREA [email protected] 30 HOUSTON BUSINESS JOURNAL FEBRUARY 3-9, 2017

LEGALS

INVITATION TO BIDDERS ADVERTISEMENT FOR DESIGN/BUILD SERVICES REQUEST FOR COMPETITIVE SEALED PROPOSALS Sealed bids, in duplicate, addressed to Board of Directors, Harris County Water Control The City Secretary for City of Houston will receive Statement of Qualifications (SOQ) at 900 The San Jacinto River Authority (SJRA) will receive Competitive Sealed Proposals for the & Improvement District (HCWCID) No. 96, will be received in the office of BGE, Inc., Bagby, Room P101, Houston, for the following General Services Department project(s): following Highlands Division Project: 10777 Westheimer, Suite 400; Houston, Texas, 77042 (Phone: 281-558-8700) until 10:00 AM, Tuesday, February 21, 2017, at which time all bids will be opened and publicly read Project Name and Number: HFD Training Academy Burn Building Renovation Project Number: RFCSP #17-003 for the furnishing of all material, equipment, labor and supervision necessary or incidental C-000212-0001-3 Project Name: Highlands South Canal Improvements to “Construction of Water Plant No. 1 Water Well Hydropneumatic Tank Replacement, Project Description: Siphon and Canal Improvements Harris County, Texas,” Project Description: The existing HFD Val ahnkeJ Burn Building’s fire training Pre-Proposal Mtg, mandatory: February 08, 2017, 10:00 AM @ Highlands systems are past useful life and technology; in addition the existing structure requires repair Division, 1108 East Canal, Highlands, TX 77562 Scope of Project: from continued damaging heat and fire training. Training fires must incorporate a safety net- Proposal Due Date: February 23, 2017, 2:00 PM work that can control the environmental conditions (heat and smoke) in the training rooms. Estimated Construction Cost: $9,859,910.00 1. Construction of a 2,000 gpm vertical turbine line shaft water well, a 30,000 gallon Furthermore, a safety network must also be present to automatically extinguish fires in the hydropneumatic tank, replacement of a natural gas generator, tank recoating, and as- event of an emergency. Current fire training curriculum requires that trainers be able to con- Sealed Proposals will be received at: sociated site and electrical items. trol fire behavior conditions through variable ventilation to properly simulate fire conditions. The work required will be to retrofit new fire environment technology training system and Grady B. Garrow Bids received after the closing time will be returned unopened. burn cribs and repair the existing 12,000 s.f. shell structure and install concrete heat shield tiles San Jacinto River Authority A MANDATORY pre-bid conference will be held at the job site located at 14611 Fall throughout the 1st and 2nd floors of the building. The fire environment technology training General and Administration Building Creek Crossing, Humble, TX 77396 on Tuesday, February 14, 2017 at 2:00 PM. At- system shall be a controllable fire system that includes an integrated safety network, emergency Purchasing Department tendance by each prospective bidder or its representative at the pre-bid conference is MAN- shutdown and controllable integrated ventilation systems for fire behavior training and safety. 1577 Dam Site Road DATORY and no Bid will be opened unless the bidder or representative was present at the The burn cribs will also be used in several rooms in order to create small fires and smoke that Conroe, TX 77304 pre-bid conference. can be monitored by the technology. Plans, specifications and bid documents are available atwww.civcastusa.com , search: prior to 2:00 PM (CST), Thursday, February 23, 2017. All proposals received after that time 4450-01. Qualification Submittal Date: Thursday, February 16, 2017 will be returned in the condition they were received. A cashier’s check or bid bond in the amount of 5% of the total bid amount must ac- Project Location: Houston Val Jahnke Campus A Mandatory Pre-Submittal Conference will be held on Wednesday, February 08, company each bid. The successful bidder will be required to provide performance, payment Project Manager: Gilberto Lopez / 2017, at 10:00 AM (CST), at the San Jacinto River Authority, Highlands Division, located at and maintenance bonds for the full amount of the contract. The Owner reserves the right to Phone Number (832) 393-8122 1108 East Canal, Highlands, Texas 77562. reject any or all bids. Estimated Project Budget: $ 2,239,000 Pre-submittal Meeting: Monday, February 6, 2017 at 10:30 a.m. COPIES OF RFP DOCUMENTS City Hall Annex, 900 Bagby, 2nd Floor Conf. Room Proposal Documents may be downloaded from the Owners website at www.SJRA.net without charge. SOQ will be accepted until 2:00 p.m., local time on the date shown above. SOQs received The SJRA reserves the right to reject any or all bids and to waive informalities and ir- INVITATION TO BIDDERS after that time will not be accepted. regularities. Sealed bids, in duplicate, addressed to the Bridgeland Development, LP, on behalf of Har- RFQs will be available beginning on Friday January 27, 2017 at http://www.houstontx. ris County Municipal Utility District No. 419, will be received in the office of Bridgeland gov/generalservices/Advertisements. Addenda will be distributed at no cost to those who are Development, LP, 23720 House Hahl Road, Cypress, TX 77433 until 3:00 p.m., Thursday, registered RFQ holders with the City. February 16, 2017, at which time all bids will be opened and publicly read for the furnishing This bid is subject to “Hire Houston First” as set out in Chapter 15, Article XI, City Code. NOTICE TO BIDDERS of all material, equipment, labor and supervision necessary or incidental to the Construction It is unlawful for any Contractor to contribute or offer any contribution to a candidate for of First Bend—Williams Reach Drill Site and Bridge Landscape. City elective office during a certain period prior to and following a contract award. (Chapter Sealed bids, in duplicate, addressed to KB Home Lone Star, Inc. for Mills Road Municipal 18, City Code). Contractor will be required to comply with Anti-discrimination provisions Utility District, will be received at the office of the Engineer, Pape-Dawson Engineers, Inc., 2:15 Scope of Project: (Chapter 15, Article II, City Code), Pay or Play Program (Executive Order 1-7 and Ordinance 10333 Richmond Ave., Suite 900, Houston, Texas 77042, Phone 713-428-2400 until PM Tuesday, February 14, 2016 2007-0534), and the Minority, Women, Persons with Disabilities and Small Business Enter- , local time, and then publically opened and read for the 1. Demolition of Asphalt Driveway. prise requirements (Chapter 15, Articles V and VI, City Code and Executive Order 1-2). construction of the following project: 2. Grading & Drainage. Dated: (Publish Friday, January 27 and February 3, 2017) “CONSTRUCTION OF LIFT STATION FACILITIES FOR 3. Concrete Walk. Anna Russell, MILLS CREEK CROSSING” 4. Landscape & Irrigation. City Secretary PROJECT NO. 40304-03 A MANDATORY pre-bid conference will be held in the office of Bridgeland Develop- ment, LP, 23720 House Hahl Road Cypress, TX 77433, on Thursday, February 9, 2017 at Scope of Work of the Contract includes: 2:00 p.m. INVITATION TO BIDDERS Plans, specifications and bid document are available to examine without charge in the office Sealed Bids, in duplicate, addressed to Harris County Improvement District No. 14, Atten- 1. Lift Station with all appurtenances of LANDology, 29955 IH 45 North, Shenandoah, TX 77381, or may be obtained upon pay- tion: Board of Directors, will be received at the office of BGE, Inc.,10777 Westheimer, Suite mandatory 2:30 PM Tuesday, February ment of Two Hundred Fifty Dollars ($250.00) for each electronic set (PDF) and a full-sized set 400, Houston, TX 77042, until 10:30 AM Local Time, Thursday, February 16, 2017,and A pre-bid conference will be held at , local time, 7, 2016 of drawings. This sum is non-refundable and should be made payable to LANDology. Only then publicly opened and read for the furnishing of all material, equipment, labor and supervi- at the office of the Engineer. money order or cashier’s check will be accepted. No personal check will be accepted. sion necessary or incidental to “Construction of Mass Grading and Spoil Disposal Phase 1, Instruction to Bidders and other bid documents will be available for review at the office of A cashier’s check or bid bond in the amount of 10% of the total bid amount must ac- for Harris County Improvement District No. 14, Harris County, Texas.” the Engineer and will be provided electronically to prospective bidders. Please contact Ashley company each bid. The successful bidder will be required to provide a performance bond and Burney via email at [email protected] to obtain document download information. a payment bond, as provided for in the bid documents, for the full amount of the contract. Scope of Work includes: The Owner reserves the right to reject any or all bids and to waive any informalities or The Owner reserves the right to reject any or all bids. minor defects. In case of the lack of clarity or ambiguity in prices, the Owner reserves the 1. Approx. 902,000 CY of excavation and onsite placement right to accept the most advantageous or reject the bid. All bids received after the closing time 2. Approx. 65,000 SY of 40-foot dirt access road designated above will be returned unopened. 3. Approx. 660 LF of 24-inch HDPE storm sewer pipe NOTICE TO CONTRACTORS 4. Approx. 42-feet of 36-inch corrugated metal storm sewer pipe Sealed bids, in duplicate, addressed to West Harris County Municipal Utility District No. 15 will be received at the office of R. G. Miller Engineers, Inc., 16340 Park Ten Place, Bids received after the closing time will be returned unopened. NOTICE TO BIDDERS MANDATORY Tuesday, Suite 350, Houston, Texas 77084, until 2:00 p.m., Tuesday, February 21, 2017, then publicly A pre-bid conference will be held in the office of BGE, Inc. on Sealed bids, in duplicate, addressed to KB Home Lone Star, Inc. for Mills Road Municipal February 7, 2017 at 2:00 PM. opened and read for furnishing all labor, materials and equipment and performing all work Attendance by each prospective bidder or its representative Utility District, will be received at the office of the Engineer, Pape-Dawson Engineers, Inc., MANDATORY required for construction of Sanitary Sewer Pipe Bursting Along Telge Road Within West Har- at the pre-bid conference is and no Bid will be opened unless the bidder or 10333 Richmond Ave., Suite 900, Houston, Texas 77042, Phone 713-428-2400 until 2:00 ris County Municipal Utility District No. 15. representative was present at the pre-bid conference. PM, local time, Tuesday, February 14, 2016 and then publically opened and read for the The right is reserved, as the interest of the Owner may require, to reject any and all bids, Plans, specifications and bid documents are available atwww.civcastusa.com , search: construction of the following project: 4283-00 and to waive any informality in bids received. cashier’s check or bid bond 5% All proposals shall be accompanied by a Bid Bond in an amount equal to ten percent A in the amount of of the total bid amount must ac- “CONSTRUCTION OF WATER, SANITARY SEWER, (10%) of the total price of the bid contained in the proposal, payable without recourse to West company each bid. The successful bidder will be required to provide performance, payment AND DRAINAGE FACILITIES FOR Harris County Municipal Utility District No. 15, as a guarantee that bidder will enter into a and maintenance bonds for the full amount of the contract. The Owner reserves the right to MILLS CREEK CROSSING SEC 1” contract and execute a Performance Bond and Payment Bond in an amount equal to 100% of reject any or all bids. PROJECT NO. 40304-10 the contract price, from a surety company holding a permit from the State of Texas to act as surety. The Bid Bond must be enclosed in the same envelope with the bid. Bids without Bid Scope of Work of the Contract includes: Bonds will not be considered. INVITATION TO BID Except for the three lowest bidders, all Bid Bonds will be returned to the respective bidders 1. Approx. 3,550 LF of 6-inch through 8-inch water line and all appurtenances Sealed bids, in duplicate will be received by Parkside Capital, on behalf of Harris County within three (3) days after bids are opened and read. 2. Approx. 1,900 LF of 6-inch through 8-inch sanitary sewer and all appurtenances Municipal Utility District No. 62 and No. 63 at the office of the Engineer for the Districts, Plans, specifications and bidding documents IN ELECTRONIC FORM ONLY may be 3. Approx. 2,000 LF of 24 -inch through 60-inch storm sewer pipe and all appurtenances EHRA, 10555 Westoffice Drive, Houston, Texas until 2:30 p.m., Tuesday, February 21, 2017, secured from the office of R. G. Miller Engineers, Inc., 16340 Park Ten Place, Suite 350, Hous- at which time all bids will be publicly opened and read for the construction of the project: ton, Texas 77084, for a non-refundable fee of Twenty-Five Dollars ($25.00). A mandatory pre-bid conference will be held at 2:15 PM, local time, Tuesday, February A MANDATORY pre-bid conference will be conducted in the office of R. G. Miller -En 7, 2016 at the office of the Engineer. HARRIS COUNTY MUNICIPAL UTILITY DISTRICT NO. 62 AND NO. 63 gineers, Inc., 16340 Park Ten Place, Suite 350, Houston, Texas 77084, on Tuesday, February Instruction to Bidders and other bid documents will be available for review at the office of WATER DISTIRIBUTION, WASTEWATER COLLECTION, AND STORM WATER 14, 2017, at 10:00 a.m. EACH BIDDER MUST BE REPRESENTED AT THIS PRE-BID the Engineer and will be provided electronically to prospective bidders. Please contact Ashley FACILITIES TO SERVE UNIVERSITY CENTER CONFERENCE. BIDS WILL NOT BE ACCEPTED FROM ANY BIDDER WHO IS Burney via email at [email protected] to obtain document download information. PROJECT NO. 131-057-01 DST (J) NOT REPRESENTED AT THE PRE-BID CONFERENCE. NO PLANS SHALL BE The Owner reserves the right to reject any or all bids and to waive any informalities or ISSUED AFTER 5:00 P.M., Tuesday, February 14, 2017. minor defects. In case of the lack of clarity or ambiguity in prices, the Owner reserves the A mandatory Pre-Bid Conference will be held on Tuesday, February 14, 2017, at 2:30 p.m. right to accept the most advantageous or reject the bid. All bids received after the closing time at the office of the Engineer for the Districts, EHRA, 10555 Westoffice Drive, Houston, Texas. designated above will be returned unopened. Project scope shall include installation of approximately 4,620 LF of 12” PVC water line; 3,900 LF of 8”-10” PVC gravity sanitary sewer; 3,410 LF of 18”-60” RCP storm sewer; and INVITATION TO BID 110 LF of 30”x19” elliptical RCP storm sewer. The project site is located on Harris County Sealed bids in duplicate addressed to Friendswood Development Company, LLC will be Key Map No. 445 Y. received in the offices of Jones|Carter, Consulting Engineers, 22330 Merchants Way, Suite The above described construction will be performed in accordance with plans and speci- INVITATION TO BIDDERS 170, Katy, Texas until 10:00 a.m., Friday, February 10, 2017, and then publicly opened and fications and any addenda thereto which may be issued prior to the opening of bids. Plans, Sealed Bids, in duplicate, addressed to Brazoria County Municipal Utility District No. read for furnishing all plant, labor, material and equipment and performing all work required specifications and bid documents may be viewed and downloaded free of charge or the option 39, Attention: Ms. Nancy Davis, President, Board of Directors, will be received at the Katy for the Construction of: Water, Sanitary and Drainage Facilities in Royal Brook at Kingwood to purchase hard copies on the CivCastUSA Website (www.CivCastUSA.com). Documents office of the Engineer, LJA Engineering, Inc., 1904 W Grand Parkway North, Suite 120, Sec.18. are also available for review at the office of the Engineer or Houston area plan rooms. Katy, Texas 77449, until 10:00 a.m. Local Time, Tuesday, February 14, 2017, and then pub- The project is located in City of Houston. From the City of Houston head East on IH-10 Each Bid must be accompanied by a Certified or Cashier’s Check, from a responsible bank licly opened and read for “Construction of the Water, Sanitary Sewer and Drainage Facilities until you reach I-69/US- 59N. Head North toward Cleveland until you reach FM 1314/ in the State of Texas, or a Bid Bond, issued by a surety legally authorized to do business in the to Serve Pomona Section 7 for Brazoria County Municipal Utility District No. 39, Brazoria Porter/ Conroe and turn right onto W Ford Rd. and take a slight left onto Mills Branch Dr. State of Texas, equal to five percent (5%) of the total bid amount. Make the Cashier’s Check, County, Texas”. The destination is on your left. Certified Check or Bid Bond payable to the Owner. Scope of Work of the Contract includes water, sanitary sewer and drainage facilities. For construction contracts $50,000 and over, the bidder shall submit either a 2% certified The Owner reserves the right to reject any or all bids or to accept any bid deemed advanta- Bids received after the closing time will be returned unopened. A non-mandatory pre-bid or cashier’s check or a five percent (5%) bid bond of the maximum total bid amount. Make geous to it and waive informalities in bidding. All bids received after the closing time above conference will be held on Tuesday, February 7, 2017, at 10:00 a.m. Local Time, at the Katy the cashier’s check or bid bonds payable to the Owner. designated will be returned unopened. office of LJA Engineering, Inc., 1904 W Grand Parkway North, Suite 120, Katy, Texas 77449. Plans, specifications, and bidding documents are available at www.civcastusa.com. Said Each Bid must be accompanied by a bid bond or a certified or cashier’s check, acceptable documents may be examined without charge in the office of Jones|Carter, Construction to the Owner, in an amount not less than 5 percent of the total amount bid, as a guarantee Division, 22330 Merchants Way, Suite 170, Katy, Texas 77449. that the successful bidder will enter into the Contract and execute the Bonds on the forms ATTENTION: Pursuant to Texas Government Code 2252.908, you must be able to NOTICE TO BIDDERS provided and provide the required insurance certificates within 7 days after the date Contract provide The City of Houston (the “City”) with a printed, executed and notarized original of a Sealed bids in duplicate, addressed to D&T DEVELOPMENT, LLC, will be received at the Documents are received by the Contractor. completed Certificate of Interested Parties form (Form 1295) with the bid. Failure to do so will offices of Costello, Inc., 9990 Richmond Avenue, Suite 450, North Building, Houston, Texas Bidding documents may be examined at LJA Engineering, Inc., AGC of Texas, AGC Hous- result in the District’s inability to execute the contract. To complete the disclosure of interested 77042 until 3:00 p.m. local time, Monday, February 20, 2017 and then publicly opened and ton, and Amtek or may be obtained by prospective bidders or suppliers upon payment of parties form, or for further information, please visit the Texas Ethics Commission’s website at read for furnishing all plant, labor, material and equipment and performing all work required ninety-five dollars ($95.00 non-refundable plus cost of delivery) ($50.00 for electronic copy) https://www.ethics.state.tx.us. for the construction of the GRANT ROAD SEWER LINE IN EXTENSION BETWEEN for each set of documents at Katy office of LJA Engineering, Inc., 1904 W Grand Parkway There will be a pre-bid conference in the offices of Jones|Carter, 22330 Merchants Way, LIFT STATION NO. 10 AND SHAW ROAD in Northwest Harris County, TX. The site North, Suite 120, Katy, Texas 77449. Suite 170, Katy, Texas 77449 at 10:00 a.m., Friday, February 3, 2017. Attendance is not of the work is located in Northwest Harris County, at the corner of Grant Road and Shaw The Owner reserves the right to reject any or all Bids and to waive all defects and irregulari- mandatory. Road. Bidding documents may be viewed and downloaded free of charge (with the option to 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 waive any or all irregularities. No purchase hard copies) at the CivCastUSA Website (www.CivCastUSA.com). Reproduction any, will be the responsible Bidder which in the Board’s judgment will be most advantageous to bid may be withdrawn until the expiration of 90 days from the date bids are open. charges may apply. the District and result in the best and most economical completion of the Project. FEBRUARY 3-9, 2017 HOUSTON BUSINESS JOURNAL 31

LEGALS

ADVERTISEMENT FOR CONSTRUCTION NOTICE TO BIDDERS INVITATION TO BIDDERS LOW BID Sealed bids, in duplicate, addressed to KB Home Lone Star, Inc. for Montgomery County Sealed bids addressed to Ameriport LLC, on behalf of Chambers County Improvement CITY OF HOUSTON Municipal Utility District No. 96, will be received at the office of the Engineer, Pape-Dawson District No. 2, will be received in the office of Ward, Getz & Associates, LLP; 2500 Tanglewil- Engineers, Inc., 10333 Richmond Ave., Suite 900, Houston, Texas 77042, Phone 713-428- de, Suite 120; Houston, Texas, 77063 (phone 713-789-1900) until 2:00 p.m., Thursday, Feb- The City Secretary for City of Houston will receive bids at 900 Bagby, Room P101, Houston, 2400 until 2:30 PM, local time, Tuesday, February 14, 2017 and then publically opened and ruary 16, 2017, at which time all bids will be opened and publicly read for the furnishing of all Texas for the following General Services Department project(s): read for the construction of the following project: material, equipment, labor and supervision necessary or incidental to Construction of North Rail Extension Culverts – Sawpit Gully Ameriport Development Drainage Improvements. Project Name and Number: Pool and Splashpad Renovations – Agnes Moffitt, “CONSTRUCTION OF WATER, SANITARY SEWER, Burnett Bayland, Clinton, and Yellowstone Parks AND DRAINAGE FACILITIES FOR Scope of Project: F-000703-0012-4 BROOKWOOD SEC 5” Project Description: Agnes Moffitt Park – Replace pump and filter plan. PROJECT NO. 40415-10 1. Site Preparation; Burnett Bayland Park – Replace splashpad mechanical 2. Approx. 500 CY of Channel Excavation; system, replace splashpad spray nozzles, replace splashpad Scope of Work of the Contract includes: 3. Approx. 1,100 CY of fill area; surfacing. 4. Approx. 2 EA Structural Concrete Headwall/Wingwall with Slope Paving; Clinton Park – Replace pump and filter plan. Raise pool 1. Approx. 3,368 LF of 6-inch through 8-inch water line and all appurtenances 5. Approx. 105 LF of 10’X11’ RCB Cooper E-80, complete in place; mechanical pit. 2. Approx. 2,369 LF of 8-inch sanitary sewer and all appurtenances 6. Approx. 65 LF of 24-inch RCP.storm sewer and all appurtenances; Yellowstone Park – Replace pump and filter plan. Raise 3. Approx. 3,807 LF of 24-inch through 54-inch storm sewer pipe and all appurtenances 7. Approx. 91 LF of 24-inch HDPE.storm sewer and all appurtenances; pool mechanical pit. 8. Approx. 1 Storm Sewer Man Hole. Bid Date: Thursday, February 16, 2017 A mandatory pre-bid conference will be held at 2:45 PM, local time, Tuesday, February 9. Approx. 250 LF Well Point System for proposed channels, detention basins and Project Location: Agnes Moffitt Park - 10645 Hammerly (Key Map - 499R) 7, 2017 at the office of the Engineer. boxes; Burnett Bayland Park – 6000 Chimney Rock Instruction to Bidders and other bid documents will be available for review at the office of 10. Approx. 500 HR Pump and generator for dewatering including maintenance, fuel, (Key Map - 531B) the Engineer and will be provided electronically to prospective bidders. Please contact Ashley piping, etc.; Clinton Park – 200 Mississippi (Key Map - 495U) Burney via email at [email protected] to obtain document download information. 11. Storm Water Pollution Prevention Control Yellowstone Park – 3820 Yellowstone (Key Map - 533L) The Owner reserves the right to reject any or all bids and to waive any informalities or Project Manager: Duncan Elliott / 832 393 8044 minor defects. In case of the lack of clarity or ambiguity in prices, the Owner reserves the Plans, specifications and bid documents may be purchased at Ward, Getz & Associates, Estimated Construction Cost: $ 400,000.00 right to accept the most advantageous or reject the bid. All bids received after the closing time LLP, for a $75.00 non-refundable fee. Pre-bid Meeting: Tuesday, February 7, 2017 at 2:00PM designated above will be returned unopened. A MANDATORY PRE-BID is scheduled to be conducted at the office of Ward, Getz & City Hall Annex, 900 Bagby - 2nd Floor Conference Associates, LLP, on Thursday, February 9, 2017 @ 2:00 p.m. Room 242 A bid bond or cashier’s check in the amount of 5% of the total bid amount must accompany each bid. The successful bidder will be required to provide a performance bond, a payment Bids will be accepted until 10:30 a.m., local time on the bid date shown above. Bids INVITATION TO BIDDERS bond, and a one-year maintenance bond as provided for in the bid documents, for the full received after that time will not be accepted. Bids will be publicly opened and read aloud at Sealed Bids, in duplicate, addressed to the Board of Directors, West Ranch Management amount of the contract. The Owner reserves the right to reject any or all bids. 11:00 a.m. on the same day at 900 Bagby, Room P112. All interested parties are invited to District, will be received in the office of BGE, Inc., 10777 Westheimer, Suite 400; Houston, attend. Place and date of bid opening may be changed in accordance with Sections 15‑3(b)(5) Texas, 77042 (phone 281-558-8700) until 10:00 AM, Tuesday, February 14, 2017, at which and 15-3(b)(6) of the City of Houston Code of Ordinances (City Code). time all bids will be opened and publicly read for the furnishing of all material, equipment, NOTICE TO CONTRACTORS Request for bid documents and drawings should be sent to Humberto.Bautista@hous- labor and supervision necessary or incidental to “Construction of Friendswood Lakes Bou- Sealed bids, in duplicate, addressed to Northwest Harris County Municipal Utility District tontx.gov. Addenda will be distributed at no cost to those who are registered plan holders levard Water Distribution System, Storm Drainage System and Street Paving for West No. 29 will be received at the office of R. G. Miller Engineers, Inc., 16340 Park Ten Place, with the City. Ranch Management District, Galveston County, Texas.” Suite 350, Houston, Texas 77084, until 2:30 p.m., Tuesday, February 21, 2017, then publicly This bid is subject to “Hire Houston First” as set out in Chapter 15, Article XI City Code. opened and read for furnishing all labor, materials and equipment and performing all work It is unlawful for any Contractor to contribute or offer any contribution to a candidate for City Scope of Project: required for construction of Two Existing 20,000 Gallon Hydrotanks Interior and Exterior elective office during a certain period prior to and following a contract award (Chapter 18 City Recoating within Northwest Harris County Municipal Utility District No. 29. Code). Contractor will be required to comply with Anti- discrimination provisions (Chapter 1. Approx. 1,500 LF of 8-12 inch water line and appurtenances The right is reserved, as the interest of the Owner may require, to reject any and all bids, 15, Article II City Code), Pay or Play Program (Executive Order 1-7 and Ordinance 2007- 2. Approx. 645 LF of 24-inch to 60-inch RCP storm sewer and appurtenances and to waive any informality in bids received. 0534), and the Minority, Women, Persons with Disabilities and Small Business Enterprise 3. Approx. 8,000 SY of 8-inch Reinforced Concrete Pavement and appurtenances All proposals shall be accompanied by a Bid Bond in an amount equal to ten percent (10%) requirements (Chapter 15, Articles V and VI City Code and Executive Order 1-2). of the total price of the bid contained in the proposal, payable without recourse to Northwest Dated: (Publish Friday, January 27 and February 3) Bids received after the closing time will be returned unopened. Harris County Municipal Utility District No. 29, as a guarantee that bidder will enter into a Anna Russell A MANDATORY pre-bid conference will be held in the office of BGE, Inc. onTuesday, contract and execute a Performance Bond and Payment Bond in an amount equal to 100% of City Secretary February 07, 2017 at 10:00 AM. Attendance by each prospective bidder or its representative the contract price, from a surety company holding a permit from the State of Texas to act as at the pre-bid conference is MANDATORY and no Bid will be opened unless the bidder or surety. The Bid Bond must be enclosed in the same envelope with the bid. Bids without Bid representative was present at the pre-bid conference. Bonds will not be considered. Plans, specifications and bid documents are available atwww.civcastusa.com , search: Except for the three lowest bidders, all Bid Bonds will be returned to the respective bidders NOTICE TO BIDDERS 4378-00. within three (3) days after bids are opened and read. REQUEST FOR QUALIFICATION (RFQ): A cashier’s check or bid bond in the amount of five percent (5%) of the total bid amount Plans, specifications and bidding documents IN ELECTRONIC FORM ONLY may be must accompany each bid. The successful bidder will be required to provide performance, secured from the office of R. G. Miller Engineers, Inc., 16340 Park Ten Place, Suite 350, Hous- Hire Houston First Program – These procurements are subject to the Hire Houston First payment and maintenance bonds for the full amount of the contract. The Owner reserves the ton, Texas 77084, for a non-refundable fee of Twenty-Five Dollars ($25.00). Program, which gives a preference to certain local bidders in award of the procurements. For right to reject any or all bids. A MANDATORY pre-bid conference will be conducted in the office of R. G. Miller -En more information, go to: gineers, Inc., 16340 Park Ten Place, Suite 350, Houston, Texas 77084, on Tuesday, February 14, 2017, at 10:30 a.m. EACH BIDDER MUST BE REPRESENTED AT THIS PRE-BID http://www.houstontx.gov/obo/hirehoustonfirst.html CONFERENCE. BIDS WILL NOT BE ACCEPTED FROM ANY BIDDER WHO IS INVITATION TO BIDDERS NOT REPRESENTED AT THE PRE-BID CONFERENCE. NO PLANS SHALL BE Invitation To Bid – Sealed bids will be received in the Office of the City Secretary, City Sealed Bids, in duplicate, addressed to Brazoria County Municipal Utility District No. 39, ISSUED AFTER 5:00 P.M., TUESDAY, FEBRUARY 14, 2017. Hall Annex, Public Level, 900 Bagby St., until 10:30 A.M., on the bid due date, and all bids Attention: Ms. Nancy Davis, President, Board of Directors, will be received at the Katy office will be opened and publicly read in the City Council Chamber, Public Level, at 11:00 A. M. of the Engineer, LJA Engineering, Inc., 1904 W Grand Parkway North, Suite 120, Katy, Texas All interested parties are encouraged to attend any scheduled pre-bid and/or pre-proposal 77449, until 10:30 a.m. Local Time, Tuesday, February 14, 2017, and then publicly opened NOTICE TO BIDDERS conference(s). Unless other wise specified, all conference(s) will be held at 901 Bagby St., and read for “Construction of the Paving and Appurtenances to Serve Pomona Section 7 for REQUEST FOR QUALIFICATION (RFQ): Houston, TX 77002 in the basement of City Hall. It is the interested party’s responsibility Brazoria County Municipal Utility District No. 39, Brazoria County, Texas”. to ensure they have secured and thoroughly reviewed all solicitation documents prior to any Scope of Work of the Contract includes paving and appurtenances. Hire Houston First Program – These procurements are subject to the Hire Houston First scheduled conference(s). Interested parties can download all forms, and specifications from the Bids received after the closing time will be returned unopened. A non-mandatory pre-bid Program, which gives a preference to certain local bidders in award of the procurements. For Internet at https://purchasing.houstontx.gov/. Downloading these documents will ensure conference will be held on Tuesday, February 7, 2017, at 10:30 a.m. Local Time, at the Katy more information, go to: all interested parties will automatically receive any updates via e-mail. office of LJA Engineering, Inc., 1904 W Grand Parkway North, Suite 120, Katy, Texas 77449. Each Bid must be accompanied by a bid bond or a certified or cashier’s check, acceptable http://www.houstontx.gov/obo/hirehoustonfirst.html BIDS DUE – February 23, 2017 to the Owner, in an amount not less than 5 percent of the total amount bid, as a guarantee Sock Style Structural Firefighting Hood for The City of Houston, HFD Department, S65- that the successful bidder will enter into the Contract and execute the Bonds on the forms Invitation To Bid – Sealed bids will be received in the Office of the City Secretary, City S25987 – 0% MWBE Goal – Pre-Bid Conference will be held on Thursday, February 9, provided and provide the required insurance certificates within 7 days after the date Contract Hall Annex, Public Level, 900 Bagby St., until 10:30 A.M., on the bid due date, and all bids 2017, at 11:00 AM at 901 Bagby St., City Hall Annex, Tunnel Level (Basement), SPD Documents are received by the Contractor. will be opened and publicly read in the City Council Chamber, Public Level, at 11:00 A. M. Conference Room 2. Interested parties can call Carlethya Guillory at (832) 393-8713. Bidding documents may be examined at LJA Engineering, Inc., AGC of Texas, AGC Hous- ton, and Amtek or may be obtained by prospective bidders or suppliers upon payment of All interested parties are encouraged to attend any scheduled pre-bid and/or pre-proposal BIDS DUE – February 16, 2017 ninety-five dollars ($95.00 non-refundable plus cost of delivery) ($50.00 for electronic copy) conference(s). Unless other wise specified, all conference(s) will be held at 901 Bagby St., Hydraulic External Bypass Filter System Maintenance and Repair Services, Fleet Depart- for each set of documents at Katy office of LJA Engineering, Inc., 1904 W Grand Parkway Houston, TX 77002 in the basement of City Hall. It is the interested party’s responsibility ment, S07-L25930 – 0% MWBE Goal – Pre-Bid Conference will be held on Thursday, North, Suite 120, Katy, Texas 77449. to ensure they have secured and thoroughly reviewed all solicitation documents prior to any February 9, 2017, at 9:00AM at 901 Bagby Street, Houston, Texas 77002, City Hall, The Owner reserves the right to reject any or all Bids and to waive all defects and irregulari- scheduled conference(s). Interested parties can download all forms, and specifications from the Tunnel Level (Basement), SPD Conference Room 2. Interested parties can call Casey ties in bidding or bidding process except time of submitting a Bid. The Successful Bidder, if Internet at https://purchasing.houstontx.gov/. Downloading these documents will ensure Crossnoe at (832) 393-8724. any, will be the responsible Bidder which in the Board’s judgment will be most advantageous to all interested parties will automatically receive any updates via e-mail. the District and result in the best and most economical completion of the Project. BIDS DUE – February 16, 2017 Residential Home Elevation Services for the City of Houston, Department of Public NOTICE TO BIDDERS Works and Engineering, S63-Q26139 – 21% MWBE Goal – Pre-Submission Conference REQUEST FOR QUALIFICATION (RFQ): INVITATION TO BIDDERS will be held on Monday, February 6, 2017, at 10:00 AM at 900 Bagby St., City Hall An- nex, Tunnel Level (Basement), SPD Conference Room 1. Interested parties can call Yesenia Sealed bids, in duplicate, addressed to Board of Directors, Harris County Municipal Chuca at (832) 393-8727. Advertisement for IAH Terminal Redevelopment Program (ITRP) Enabling Utilities – Landside Utility District No. 287, will be received in the office of BGE, Inc., 10777 Westheimer, Suite Project Progressive Design-Build Services (Solicitation No.: RFQ Q-HBH-EUTLDB- 400; Houston, Texas, 77042 (Phone: 281-558-8700) until 10:00 AM, Friday, February 10, DB-2017-001) 2017, at which time all bids will be opened and publicly read for the furnishing of all material, equipment, labor and supervision necessary or incidental to “Construction of Wastewater INVITATION TO BIDDERS The City of Houston, , is advertising this Requests For Qualifications Treatment Plant Expansion to 0.80 MGD Facility Lease for Harris County MUD No. Sealed bids, in duplicate, addressed to Board of Directors, Harris County Municipal (RFQ) for a Design-Build firm to provide the design and construction services for Enabling Utili- 287, Harris County, Texas,” Utility District No. 287, will be received in the office of BGE, Inc., 10777 Westheimer, Suite ties – Landside Project at George Bush Intercontinental Airport (IAH). 400; Houston, Texas, 77042 (Phone: 281-558-8700) until 10:15 AM, Friday, February 10, Scope of Project: 2017, at which time all bids will be opened and publicly read for the furnishing of all material, Pre-Submittal Conference: Wednesday, February 8, 2017, 10:00 A.M CST equipment, labor and supervision necessary or incidental to “Construction of Wastewater RFQ Submittals are due March 9, 2017 no later than 10:00 A.M. CST Contractor to furnish and install a proposed 0.455 MGD prefabricated WWTP (general Treatment Plant Expansion to 0.80 MGD Site Work for Harris County MUD No. 287, site work to be supplied and executed by others in separate construction contract).Work to Harris County, Texas,” Submittals shall be delivered to: include but not limited to modifications to existing treatment system, supply of a 0.455 MGD Chief Procurement Officer prefabricated WWTP Facility including headworks structure, aeration chambers, clarification Scope of Project: Strategic Procurement Division unit, disinfection basin, sludge aerobic digester unit (dual stage), air distribution system, walk- 901 Bagby, Suite B300 ways, stairs with landings, airlift pumps, waste sludge collection pad and drain piping, WAS Site work associated with the installation of a proposed 0.455 MGD prefabricated WWTP Houston, Texas 77002 prefabricated lift station, interconnecting piping, grouting of clarifier mechanisms, field paint- (furnished and installed by others in separate construction contract). Work to include but not ing, water lines and hose bibs for non-potable system, blowers, reinforced concrete pads (blow- limited to clearing and grubbing, subgrade preparation for proposed prefabricated WWTP and All submittals must be provided in a sealed box/envelope clearly labeled on the outside with the ers and headworks structure) and crushed stone foundation pads as required in the drawings site work, modifications to the existing onsite lift station, access road, hydromulch seeding, name and address of the Responding Firm and indicate the contents to be: and specifications for 0.455 MGD prefabricated WWTP. Work shall also include offloading, fencing, construction of proposed onsite lift station, diversion pumping system, dewatering, “Q-HBH-EUTLDBDB-2017-001, Enabling Utilities – Landside Project Progressive positioning and hooking up the 0.455 MGD prefabricated WWTP to the existing prefabri- ground water control, manholes, sanitary sewers, influent piping (from headworks to existing Design-Build Services”. cated WWTP and yard piping (general site contractor to stub force main 24” above natural and proposed aeration basins), force mains, water line, bollards, coatings, drainage, grading, Late submittals and submittals delivered to locations other than the one specified above will ground), Complete In Place. excavation and disposal, electrical service, electrical power and controls for the existing and not be reviewed for any reason. Bids received after the closing time will be returned unopened. proposed WWTP facilities and all appurtenances, Complete In Place. All firms interested in responding should obtain a copy of the RFQ that contains detailed There will be no pre-bid meeting associated with this project. There will be no pre-bid meeting associated with this project. information concerning submittal requirements. Plans, specifications and bid documents are available at www.civcastusa.com, search: Plans, specifications and bid documents are available at www.civcastusa.com, search: The RFQ may be electronically accessed at the following link: http://www.fly2houston.com. 2760-01(FL). 2760-01(SW). The MWBE goal (Design & Professional Services) is 35%; MBE Goal (Construction) is A cashier’s check or bid bond in the amount of 5% of the total bid amount must ac- A cashier’s check or bid bond in the amount of 5% of the total bid amount must ac- 12%; and WBE Goal (Construction) is 7%. company each bid. The successful bidder will be required to provide performance, payment company each bid. The successful bidder will be required to provide performance, payment For additional information, please email Alfredo Oracion, Sr. Procurement Specialist, Houston and maintenance bonds for the full amount of the contract. The Owner reserves the right to and maintenance bonds for the full amount of the contract. The Owner reserves the right to Airport System, ([email protected]). reject any or all bids. reject any or all bids. 32 HOUSTON BUSINESS JOURNAL FEBRUARY 3-9, 2017

LEGALS

Department of Labor under the Davis-Bacon and related Acts, as further described in Docu- ADVERTISEMENT FOR BIDS PUBLIC BID NOTICE ment 00806. This contract is subject to the Environmental Protection Agency’s (EPA) “fair CITY OF HOUSTON Sealed bids in duplicate will be received by Harris County Municipal Utility District No. share policy”, which includes EPA-approved “fair share goals” for Minority Business Enterprise The City Secretary for City of Houston will receive bids/proposals at 900 Bagby, Room P101, 24 in the office of the District, 17035 Deer Creek Drive, Spring, TX 77379 between 6:15 p.m. (MBE) and Women Business Enterprise (WBE) firms. EPA’s policy requires that contractors Houston, Texas for the following Department of Public Works and Engineering project[s]: and 6:30 p.m. on Wednesday, March 1, 2017. All bids will be publicly opened and read aloud make a good faith effort to award a fair share of subcontracts to Minority Business Enterprise at 6:30 p.m. in the office of the District, 17035 Deer Creek Drive, Spring TX 77379 on March and Women-Owned Business Enterprise firms. Although EPA’s policy does not mandate that Project Name: FY17 RDP Work Order Construction 1, 2017 for the following improvements in Harris County Municipal Utility District No. 24: WBS Number: M-430005-0003-4 the fair share goals be achieved, it does require prime contractors to demonstrate use of the six affirmative steps. The current fair share goals for the State of Texas are as follows: MBE Bid Date: February 23, 2017 WATER & SANITARY SEWER TO SERVE 12.94% and WBE 8.72%. Project Location: Citywide. The project location and limits will be deter- VAQUERO VENTURES mined and defined by each work order. Proposers should review Document 210CSP – Supplementary Instructions to Proposers – for instructions Project Manager: JeffreyT. Hall, P.E Bid Documents may be examined without charge in the offices of the Engineer, Eby Engi- For Project M-430005-0003-4, N-210002-0001-4, R-000265-0112-4, S-000900-0126-4, Phone Number (832) 395-2325 neers, Inc. at 1814 De Milo St., Houston, TX 77018, (Telephone 713-957-0788) or may be R-000265-0133-4 and R-000267-0116-4, bidders/proposers shall comply with City Ordi- Estimated Construction Cost: $3,000,000.00 obtained upon deposit of seventy-five dollars ($75.00) for each set, which is non‑refundable. nance 2013-0428, Chapter 15, Article V, City of Houston Code of Ordinances, as amended, Prebid Meeting: Tuesday, February 14, 2017, at 10:00 A.M., 20th Floor, A NON-mandatory pre-bid conference will be held at the office of Engineer at 1814 De and City of Houston Office of Business Opportunity Minority, Women, and Small Business Conference Room No. Large Conference Room, Milo, Houston, TX 77018 on Wednesday, February 22, 2017 at 10:30 a.m. Enterprise (MWSBE) Procedures. The Lowest Responsible Bidder/Proposer will be required to 611 Walker, Houston, Texas 77002 A Cashier’s Check, Certified Check, or bid bond payable to Harris County MUD 24 in demonstrate good faith efforts to achieve a MWSBE participation goal as stated in Document Project Name: Linkwood Paving and Drainage the amount of not less than five percent (5%) of the bid submitted, as outlined in the Contract 00800/800CSP– Supplementary Conditions (Contract Goal) in accordance with Document WBS Number: N-210002-0001-4 Documents, must accompany the bid. 00808 – Requirements for the City of Houston Program for Minority, Women, and Small Bid Date: March 2, 2017 The successful bidder receiving Contract awards must furnish Performance and Payment Business Enterprises and Persons with Disabilities Enterprises (PDBE). Project Location: Generally bounded by South Braeswood to the north, Bonds in the amount of one hundred percent (100%) each of the total Contract price. The For Project S-000900-0126-4,the contract is contingent upon release of funds from the Murworth Drive to the south, Ilona Lane to the east and successful bidder must also furnish a maintenance bond which shall guarantee all work em- Texas Water Development Board (TWDB). Any contract or contracts awarded under this Ad- Stella Link Road on the west. braced by the Contract against defective workmanship and materials for a period of one (1) vertisement for Bids/Proposals are expected to be funded in part by a loan from the Texas Water Project Manager: Raymond Fong year. Each such bond shall be executed by a corporate surety authorized to do business in the Development Board, and shall be referred to as Project #51021. Neither the State of Texas nor Phone Number (832) 395-2211 State of Texas. any of its departments, agencies, or employees is or will be a party to this Advertisement for Estimated Construction Cost: $11,697,133.00 The Owner reserves the right to reject any and all bids and waive bidding informalities. Bids/Proposals or any resulting contract. Prebid Meeting: Tuesday, February 14, 2017, at 10:30 AM, 14th Floor, Those bids deemed most advantageous to the Owner will be considered for the award of a It is unlawful for any Contractor to contribute or offer any contribution to a candidate for Conference Room No. 14B (Outside), 611 Walker, Contract. Houston, Texas 77002 City elective office during a certain period prior to and following a contract award. Bidders/ Project Name: Chocolate WWTP Improvements Proposers should refer to Chapter 18, City of Houston Code of Ordinances for filing require- WBS Number: R-000265-0112-4 ments and further explanation. Bid Date: March 2, 2017 Dated: (Publish Friday, February 3, 2017) Project Location: 9600 Martin Luther King Jr. Blvd., Houston, TX 77033 Anna Russell INVITATION TO BIDDERS Project Manager: Gauher Khan, P.E. City Secretary Sealed Bids, in duplicate, addressed to Montgomery County Municipal Utility District No. Phone Number (832) 395-2295 113, Attention: David Garrett, President, Board of Directors, will be received at the office of Estimated Construction Cost: $6,500,000.00 the Engineer, LJA Engineering, Inc., 2929 Briarpark Drive, Suite 320, Houston, Texas 77042, Prebid Meeting: Tuesday, February 14, 2017, at 2:00 P.M., 15th Floor, until 10:00 a.m. Local Time, Thursday, February 23, 2017, and then publicly opened and Conference Room No. 1546, 611 Walker Street, Hous- INVITATION TO BID read for “Construction of the Drainage Facilities, Paving and Appurtenances, and Landscape ton, Texas 77002 Sealed bids, in duplicate will be received by Northgate Crossing Municipal Utility Districts Improvements to Serve Deerbourne Active Sports Park for Montgomery County Municipal Project Name: Site Specific anitaryS Sewer Rehabilitation by Pipe No. 1 and No. 2 at the office of the Engineer for the District, EHRA, 10555 Westoffice Drive, Utility District No. 113, Montgomery County, Texas”. Bursting And Cured-In-Place Pipe Methods Houston, Texas until 3:30 p.m., Tuesday, February 28, 2017, at which time all bids will be Scope of Work of the Contract includes the Drainage Facilities, Paving and Appurtenances, WBS Number: R-000266-0253-4 (File No. 4235-93) publicly opened and read for the construction of the project: and Landscape Improvements to Serve Deerbourne Active Sports Park. Bid Date: March 9, 2017 Bids received after the closing time will be returned unopened. A non-mandatory pre-bid Project Location: Within City Limits NORTHGATE CROSSING MUNICIPAL UTILITY DISTRICTS NO. 1 AND NO. 2 conference will be held on Thursday, February 16, 2017, at 10:00 a.m. Local Time, at the office Project Manager: Mary F. Bac, P.E. (832-395-4992) STORM WATER PUMPING STATION REHAB of LJA Engineering, Inc., 2929 Briarpark Drive, Suite 320, Houston, Texas 77042. [email protected] PROJECT NO. 111-064-03 (I) Each Bid must be accompanied by a bid bond or a certified or cashier’s check, acceptable to the Estimated Construction Cost: $2,300,000.00 Owner, in an amount not less than 5 percent of the total amount bid, as a guarantee that the Prebid Meeting: MANDATORY February 14, 2017, 9:00 a.m., A mandatory Pre-Bid Conference will be held on Tuesday, February 14, 2017 at 3:30 p.m., successful bidder will enter into the Contract and execute the Bonds on the forms provided and 4545 Groveway Drive, Rm.100, Houston, Texas 77087 on-site, at 710 Creek Knoll Blvd., Spring, Texas 77372. provide the required insurance certificates within 7 days after the date Contract Documents Project Name: Willowbrook WWTP Improvements Project scope shall include the expansion of access road; installation of a 12’x20’ precast are received by the Contractor. WBS Number: R-000265-0133-4 building; replacement of an overhead crane; and miscellaneous mechanical and electrical im- Bidding documents may be examined at LJA Engineering, Inc., AGC of Texas, Construct Bid Date: February 23, 2017 provements. The project site is located on Harris County Key Map No. 292 G. Connect, and Amtek or may be obtained by prospective bidders or suppliers upon payment of Project Location: 7101 West Greens Road, Houston, TX 77064 The above described construction will be performed in accordance with plans and speci- ninety-five dollars ($95.00 non-refundable plus cost of delivery) ($50.00 for electronic copy) Project Manager: Gauher Khan, P.E. Phone Number (832) 395-2295 fications and any addenda thereto which may be issued prior to the opening of bids. Plans, for each set of documents at LJA Engineering, Inc., 2929 Briarpark Drive, Suite 320, Houston, Estimated Construction Cost: $4,600,000.00 specifications and bid documents may be viewed and downloaded free of charge or the option Texas 77042. Prebid Meeting: Tuesday, February 7, 2017, at 2:30 p.m., 16th Floor, to purchase hard copies on the CivCastUSA Website (www.CivCastUSA.com). Documents The Owner reserves the right to reject any or all Bids and to waive all defects and irregularities Conference Room No. 16-A, 611 Walker Street, Hous- are also available for review at the office of the Engineer or Houston area plan rooms. in bidding or bidding process except time of submitting a Bid. The Successful Bidder, if any, ton, Texas 77002 Each Bid must be accompanied by a Certified or Cashier’s Check, from a responsible bank will be the responsible Bidder which in the Board’s judgment will be most advantageous to the Project Name: Lift Station Renewal and Replacement in the State of Texas, or a Bid Bond, issued by a surety legally authorized to do business in the District and result in the best and most economical completion of the Project. WBS Number: R-000267-0116-4 State of Texas, equal to five percent (5%) of the total bid amount. Make the Cashier’s Check, Bid Date: February 23, 2017 Certified Check or Bid Bond payable to the Owner. MONTGOMERY COUNTY MUNICIPAL UTILITY DISTRICT NO. 113 Project Location: Lift Station sites located at 7406 Tidwell, The Owner reserves the right to reject any or all bids or to accept any bid deemed advanta- 12903 Iroquois, 101 W. Canino Road and 621 John geous to it and waive informalities in bidding. All bids received after the closing time above Alber Road. designated will be returned unopened. Project Manager: Robert C. Miles, P.E. INVITATION TO BIDDERS Phone Number (832) 395-2330 Sealed Bids, in duplicate, addressed to Beazer Homes of Texas, L.P. on behalf of Proposed Estimated Construction Cost: $4,113,000.00 Brazoria County Municipal Utility District No. 66, will be received at the office of LJA Engi- Prebid Meeting: Tuesday, February 7, 2017, at 1:30 P.M., 15th Floor, neering, Inc., 2929 Briarpark Drive, Suite 320, Houston, Texas 77042, until 1:00 p.m. Local Conference Room No. 1546, 611 Walker, Houston, REQUEST FOR INFORMATION (RFI) Time, Friday, February 24, 2017, and then publicly opened and read for “Construction of the Texas 77002 Advertisement for Energy Initiatives Project at George Bush Intercontinental Airport Paving and Appurtenances to serve Pollard Boulevard for Proposed Brazoria County Municipal Project Name: 108-inch WL from Smith to Lee Rd. - Competitive Houston (IAH) (Solicitation No.: RFI # H37-EIPIAH-2017-018). Utility District No. 66, Brazoria County, Texas”. Sealed Proposal The Houston Airport System (HAS) is issuing aRequest For Information (RFI) for Firms Scope of Work of the Contract includes the construction of the paving and appurtenances to WBS Number: S-000900-0126-4 to provide input for innovative strategies and approaches to identify alternatives available to serve Pollard Boulevard. Proposal Date: March 2, 2017 the City in connection with its anticipated procurement of the Energy Initiatives Project that Bids received after the closing time will be returned unopened. A non-mandatory pre-bid Project Location: Along City Easements in Northeast Harris County from will support George Bush Intercontinental Airport (IAH) directly. conference will be held on Friday, February 17, 2017, at 1:00 p.m. Local Time, at the office of Lee Road to Smith Road. A Pre-Submittal Conference will be held at 10:00 a.m. (CST), Tuesday, February 14, 2017, LJA Engineering, Inc, 2929 Briarpark Drive, Suite 320, Houston, Texas 77042 Project Manager: Venus Price, P.E. SCM Conference Rm #113, Supply Chain Management Bldg. located at 18600 Lee Road, Each Bid must be accompanied by a bid bond or a certified or cashier’s check, acceptable to the Phone Number (832) 395-2337 Humble, Texas 77338. Owner, in an amount not less than 5 percent of the total amount bid, as a guarantee that the Estimated Construction Cost: $28,679,406.00 RFI Submittals are due Tuesday, March 21, 2017 no later than 2:00 P.M. CST successful bidder will enter into the Contract and execute the Bonds on the forms provided and Pre-Proposal Meeting: MANDATORY Tuesday, February 7, 2017, at 10:00 provide the required insurance certificates within 7 days after the date Contract Documents A.M., 16th Floor, Conference Room No. 16-A, Submittals shall be delivered to: are received by the Contractor. 611 Walker, Houston, Texas 77002 Andre’ K. Morrow, Sr. Procurement Specialist Bidding documents may be examined at LJA Engineering, Inc., AGC of Texas, Construct Supply Chain Management Office 18600 Lee Road, Humble, Texas 77338. Connect, and Amtek or may be obtained by prospective bidders or suppliers upon payment Bids/ Proposals will be accepted until 10:30 a.m., local time on the Bid/Proposal Date of one hundred dollars ($100.00 non-refundable plus cost of delivery) ($50.00 for electronic shown above. Bids/Proposals received after that time will not be accepted. Bids/Proposals will All submittals must be provided in a sealed box/envelope clearly labeled on the outside with copy) for each set of documents at LJA Engineering, Inc., 2929 Briarpark Drive, Suite 320, be publicly opened and read aloud at 11:00 a.m. on the same day in City Council Chambers. the name and address of the Responding Firm and indicate the contents to be: Houston, Texas 77042. All interested parties are invited to attend. Place and date of Bid/Proposal opening may be “RFI # H37-EIPIAH-2017-018, Energy Initiatives Project “. The Owner reserves the right to reject any or all Bids and to waive all defects and irregularities changed in accordance with Sections 15‑3 (b) (5) and 15-3(b)(6) of the City of Houston Code All firms interested in responding should obtain a copy of the RFI that contains in bidding or bidding process except time of submitting a Bid. The Successful Bidder, if any, of Ordinances. Proposer/Low bidder shall comply with City of Houston Code of Ordinances. detailed information concerning submittal requirements. will be the responsible Bidder which in the Board’s judgment will be most advantageous to the All bidders/proposers shall comply with Article II, Chapter 15, City of Houston Code of The RFI may be electronically accessed at the following HAS website link:http://www. District and result in the best and most economical completion of the Project. Ordinances. houstonairports.biz/businessWelcome. The requirements and terms of the City of Houston Pay or Play Program, as set out in For additional information, please email Andre’ Morrow, Sr. Procurement Specialist, BEAZER HOMES OF TEXAS, L.P. ON BEHALF OF PROPOSED BRAZORIA Executive Order 1-7 and Ordinance 2007-0534, are incorporated into these projects for all Houston Airport System, (andre .morrow@houstontx .gov). COUNTY MUNICIPAL UTILITY DISTRICT NO. 66 purposes. All bidders/proposers shall comply with the terms and conditions of the Pay or Play Program as they are set out at the time of City Council approval of this Agreement. Project M-430005-0003-4, N-210002-0001-4, R-000265-0112-4, S-000900-0126-4, R-000265-0133-4 and R-000267-0116-4 are subject to the Hire Houston First program, INVITATION TO BIDDERS which gives a preference to certain local bidders/proposers in award of the contract. For more Sealed Bids, in duplicate, addressed to the Board of Directors, West Ranch Management information, go to: http://www.houstontx.gov/obo/hirehoustonfirst.html. District, will be received in the office of BGE, Inc., 10777 Westheimer, Suite 400; Houston, For Project R-000265-0112-4 and R-000265-0133-4, access to the project site is restricted. Texas, 77042 (Phone: 281-558-8700) until 10:30 AM, Tuesday, February 21, 2017, at which ADVERTISE YOUR Bidders should review Document 00210-Supplementary Instructions to Bidders – for instruc- time all bids will be opened and publicly read for the furnishing of all material, equipment, tions. labor and supervision necessary or incidental to “Construction of Arbor Gate at West Ranch, Bid/Proposal documents and drawings may only be obtained electronically at the City’s Section Five Reinforced Concrete Paving for West Ranch Management District, Galveston LEGAL NOTICES website: http://bidsets.publicworks.houstontx.gov/. County, Texas.” Projects may contain City of Houston Standard Construction Specifications for Wastewa- ter Collection Systems, Water Lines, Storm Drainage, Street Paving, and Traffic sections that Scope of Project: CALL 713-395-9625 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: 1. Approx. 3,450 SY OF 6-Inch Reinforced Concrete Pavement and appurtenances https://edocs.publicworks.houstontx.gov/engineering-and-construction/specifica- 2. Approx. 20,600 CY of Amenity Pond Excavation and appurtenances tions.html. Bidders should review Document 00210 – Supplementary Instructions to Bidders - to Bids received after the closing time will be returned unopened. determine whether the contract will be a City Street and Bridge Construction or Improvement A MANDATORY pre-bid conference will be held in the office of BGE, Inc. onTuesday, Contract which requires a current Certificate of Responsibility filed with the Director of Public February 14, 2017 at 10:30 AM. Attendance by each prospective bidder or its representative Works and Engineering no later than three business days prior to Project Bid Date. A Cer- at the pre-bid conference is MANDATORY and no Bid will be opened unless the bidder or ADVERTISE YOUR tificate of Responsibility is a valid Prequalification Approval Letter issued by TxDOT stating representative was present at the pre-bid conference. that a Bidder is qualified to bid on State Highway improvement contracts pursuant to 43 Texas Plans, specifications and bid documents are available atwww.civcastusa.com , search: Administrative Code, Section 9.12, as it may be amended from time-to-time, and Chapter 15, 3379-10. STORAGE NOTICES Article IV of the Code of Ordinances, Houston, Texas. A cashier’s check or bid bond in the amount of five percent (5%) of the total bid amount Project R-000266-0253-4 is expected to be funded in part by a loan from the Texas Water must accompany each bid. The successful bidder will be required to provide performance, Development Board an agency of the State of Texas. Neither the State of Texas nor any of payment and maintenance bonds for the full amount of the contract. The Owner reserves the CALL 713-395-9625 its departments, agencies, or employees is or will be a party to this Contract. Low Bidder(s) right to reject any or all bids. will be required to comply with the federal wage and payroll requirements issued by the U.S. FEBRUARY 3-9, 2017 HOUSTON BUSINESS JOURNAL 33

LEGALS

ADVERTISEMENT FOR CONSTRUCTION INVITATION TO BIDDERS NOTICE TO BIDDERS COMPETITIVE SEALED PROPOSALS Sealed bids addressed to Bridgeland Development, LP on behalf of Harris County Mu- Hire Houston First Program – These procurements are subject to the Hire Houston First CITY OF HOUSTON nicipal Utility District No. 489, will be received in the office of Bridgeland Development, Program, which gives a preference to certain local bidders in award of the procurements. For The City Secretary for City of Houston will receive Statement of Qualifications (SOQ) and LP, 23720 House Hahl Road, Cypress, TX 77433 until 3:00 p.m. on Wednesday, February more information, go to: proposals at 900 Bagby, Room P101, Houston, Texas for the following General Services De- 22, 2017, at which time all bids will be opened and publicly read for the furnishing of all partment project(s): material, equipment, labor and supervision necessary or incidental to the “Construction of http://www.houstontx.gov/obo/hirehoustonfirst.html Three Proposed Traffic Signal Installations: Mason Road at CFISD High School Drop-off Project Name and Number: 55 Replacement Driveway, Mason Road at CFISD High School Parking Lot Driveway, and Mason Road INVITATION TO BID – Sealed bids will be received in the Office of the City Secretary, C-000206-0001-4 at Bridgeland Creek Parkway.” City Hall Annex, Public Level, 900 Bagby St., until 10:30 A.M., on the bid due date, and all Project Description: The project consists of design and construction of the bids will be opened and publicly read in the City Council Chamber, Public Level, at 11:00 new (5) bay Fire Station approximately 15,000 SF. The Scope of Project: A. M. project will consist of, but not limited to, site work, foun- All interested parties are encouraged to attend any scheduled pre-bid and/or pre-proposal dation, structure, MEP systems, furniture, appliances, Traffic Installation at Three Intersections: conference(s). Unless otherwise specified, all conference(s) will be held at 901 Bagby St., landscaping, and signage. Mason Road at CFISD High School Drop-off Driveway Houston, TX 77002 in the basement of City Hall. It is the interested party’s responsibility Mason Road at CFISD High School Parking Lot Driveway to ensure they have secured and thoroughly reviewed all solicitation documents prior to any Qualification Submittal Date: Thursday, February 23, 2017 Mason Road at Bridgeland Creek Parkway scheduled conference(s). Interested parties can download all forms, and specifications from the Proposal Submittal Date: Thursday, March 16, 2017 Internet at https://purchasing.houstontx.gov/. Downloading these documents will ensure Project Location: 1100 Cullen Blvd, 573Z A MANDATORY pre-bid conference will be held in the office of Bridgeland Develop- all interested parties will automatically receive any updates via e-mail. Project Manager: Jack Welker / 832-393-8067 ment, LP, 23720 House Hahl Road, Cypress, TX 77433 on Wednesday, February 15, 2017, Estimated Construction Budget: $ 8,500,000.00 at 4:00 p.m. BID DUE – March 9, 2017 Pre-submittal Meeting: Tuesday, February 14, 2017 Date at 11:00am Plans, specifications and bid documents are available atwww.civcastusa.com ; search Armored Car Services for the City of Houston, Various Departments, S23-I25837 – 11% City Hall Annex, 900 Bagby, 2nd Floor 4191-30. MWBE Goal – Pre-Submission Conference will be held on Wednesday, February 15, Pre-proposal Meeting: Tuesday, March 7, 2017 at Time at 2:00pm A cashier’s check or bid bond in the amount of 5% of the total bid amount must accom- 2017, at 1:30PM at 901 Bagby St., City Hall, Tunnel Level (Basement), SPD Conference City Hall Annex, 900 Bagby, 2nd Floor pany each bid. The successful bidder will be required to provide a performance bond, a pay- Room 2. Interested parties can call Roy Breaux at (832) 393-8728. ment bond and a maintenance bond as provided for in the bid documents, for the full amount The City of Houston intends to utilize the Competitive Sealed Proposals process as autho- of the contract. The Owner reserves the right to reject any or all bids. BID DUE – March 2, 2017 rized in Chapter 2269, Texas Government Code for the above procurement. Low & Medium Voltage Electric Motor Repairs for the City of Houston, Department The Contractor will be selected in a two-step process. In step one, the Proposer’s SOQ will of Public Works and Engineering, S74-L25818 – 3.28% MWBE Goal – Pre-Submission be ranked based on the criteria set out in Document 202 – Proposal Organization and Selec- Conference will be held on Wednesday, February 15, 2017, at 10:00 AM at 901 Bagby St., tion Criteria. After reviewing the Proposers’ qualifications, the City will finalize the rankings. City Hall, Tunnel Level (Basement), SPD Conference Room 2. Interested parties can call The City may short-list the Proposers that will participate in step two. The City will notify the INVITATION TO BID Elnora Williams at (832) 393-0209. short-listed Proposers and require they submit a proposal in accordance with the Request For Sealed bids in duplicate addressed to Pulte Homes of Texas, LP on behalf of Harris County Competitive Sealed Proposals. Municipal Utility District No. 257 will be received in the offices of Jones & Carter, Inc., NOTICE TO BIDDERS SOQ and Proposals will be accepted until 10:30 a.m., local time on the respective date(s) Consulting Engineers, 6330 West Loop South, Suite 150 Bellaire, Texas 77401, until 10:00 Hire Houston First Program – These procurements are subject to the Hire Houston First shown above. SOQs and/or Proposals received after that time will not be accepted. SOQs a.m., Friday February 17, 2017, and then publicly opened and read for furnishing all plant, Program, which gives a preference to certain local bidders in award of the procurements. For and Proposals will be publicly opened and read aloud at 11:00 a.m. on the same day at 900 labor, material and equipment and performing all work required for the construction of: Stone more information, go to: Bagby, Room P112. All interested parties are invited to attend. Place and date of SOQ or Place Landscape Development – Park Package. Proposal opening may be changed in accordance with Sections 15‑3(b)(5) and 15-3(b)(6), City The project is located in Harris County Municipal Utility District No. 257 in Harris http://www.houstontx.gov/obo/hirehoustonfirst.html. of Houston Code of Ordinances (City Code). County, Texas. The site is located at the northeast intersection of Smithstone Drive and Request for bid documents and drawings should be sent to Richard.Vella@houstontx. Lakeview Haven Drive. REQUEST FOR PROPOSAL – Proposals will be received in the Office of the City Secre- gov. All Addenda will be posted on General Services website for your review. For construction contracts $50,000 and over but less than $250,000, the bidder shall tary, City Hall Annex, Public Level, 900 Bagby St., until 2:00 P.M., on the proposal due date. This bid is subject to “Hire Houston First” as set out in Chapter 15, Article XI, City Code. submit a certified or cashier’s check on a responsible bank in the State equal to two percent All interested parties are encouraged to attend any scheduled pre-bid and/or pre-proposal It is unlawful for any Contractor to contribute or offer any contribution to a candidate for (2%) cashier’s check or five percent (5%) bid bond of the maximum total bid amount. For conference(s). Unless otherwise specified, all conference(s) will be held at 901 Bagby St., City elective office during a certain period prior to and following a contract award. (Chapter construction contracts over $250,000, the bidder shall submit either a 2% certified or cashier’s Houston, TX 77002 in the basement of City Hall. It is the interested party’s responsibility 18, City Code). Contractor will be required to comply with Anti-discrimination provisions check or a five percent (5%) bid bond of the maximum total bid amount. Make the cashier’s to ensure they have secured and thoroughly reviewed all solicitation documents prior to any (Chapter 15, Article II, City Code), Pay or Play Program (Executive Order 1-7 and Ordinance check or bid bonds payable to the Owner. scheduled conference(s). Interested parties can download all forms, and specifications from the 2007-0534), and the Minority, Women, Persons with Disabilities and Small Business Enter- Plans, specifications, and bidding documents are available at www.civcastusa.com. Said Internet at https://purchasing.houstontx.gov/. Downloading these documents will ensure prise requirements (Chapter 15, Articles V and VI, City Code and Executive Order 1-2). documents may be examined without charge in the office of Jones & Carter, Inc. Construction all interested parties will automatically receive any updates via e-mail. Dated: (Publish Friday, February 3, 2017 and February 10, 2017 Division, 6330 West Loop South, Suite 150 Bellaire, Texas 77401. Anna Russell, There will be a pre-bid conference in the offices of Jones & Carter, Inc., 6330 West Loop PROPOSAL DUE – March 2, 2017 City Secretary South, Bellaire, Texas 77401 at 10:00 a.m., Friday February 10, 2017. Attendance is not mandatory. Professional Structural Engineering Services for the City of Houston, Department of The Owner reserves the right to reject any or all bids and waive any or all irregularities. No Neighborhoods, S76-T25999 – 24% MWBE Goal – Pre-Proposal Conference will be held bid may be withdrawn until the expiration of 60 days from the date bids are open. on Monday, February 13, 2017 at 10:00AM at 901 Bagby Street, Tunnel Level (Basement), ATTENTION: Pursuant to Texas Government Code 2252.908, you must be able to SPD Conference Rom 2. Interested parties can call Bridget Cormier at (832) 393-8715. provide Pulte Homes of Texas, LP on behalf of Harris County Municipal Utility District No. INVITATION TO BIDDERS 257 (the “District”) with a printed, executed and notarized original of a completed Certificate PROPOSAL DUE – February 22, 2017 Sealed Bids, in duplicate, addressed to Timber Lane Utility District will be received at the of Interested Parties form (Form 1295) with the bid. Failure to do so will result in the District’s Regional Exercise Support for the City of Houston, Finance – Strategic Procurement Divi- office of Van De Wiele & Vogler, Inc., 2925 Briarpark, Suite 275, Houston, Texas 77042 until inability to execute the contract. To complete the disclosure of interested parties form, or for sion, S66-T26126 – 24% MWBE Goal – Pre Proposal Conference will be held on Friday, Friday, February 17, 2017 at 10:00 AM (Local Time), and then publicly opened and read. further information, please visit the Texas Ethics Commission’s website at https://www.ethics. February 10, 2017 at 2:00PM at 901 Bagby, Conference Room 2, Tunnel Level (Base- state.tx.us. ment). Interested parties can call Shannon Pleasant at (832) 393-8741. Scope of Work of the Contract includes the:

HCFCD Unit K165-00-00 Storm Sewer Outfall Repairs REQUEST FOR QUALIFICATION – Qualification submittals will be received in the Within Timber Lane Utility District Office of the City Secretary, City Hall Annex, Public Level, 900 Bagby St., until 4:00 P.M., VDW&V Project No.: 05200-303-1-DCH on the solicitation due date. All interested parties are encouraged to attend any scheduled pre-bid and/or pre-proposal Bids received after the closing time will be returned unopened. conference(s). Unless otherwise specified, all conference(s) will be held at 901 Bagby St., Each Bid must be accompanied by a bid bond or a certified or cashier’s check, acceptable Publish Your Legal Notices Houston, TX 77002 in the basement of City Hall. It is the interested party’s responsibility to the Owner, in an amount not less than 5 percent of the total amount bid, as a guarantee to ensure they have secured and thoroughly reviewed all solicitation documents prior to any that the successful bidder will enter into the Contract and execute the Bonds on the forms scheduled conference(s). Interested parties can download all forms, and specifications from the provided and provide the required insurance certificates within 7 days after the date Contract Internet at https://purchasing.houstontx.gov/. Downloading these documents will ensure Documents are received by the Contractor. all interested parties will automatically receive any updates via e-mail. Copies of the bidding documents are on file at the following location: Copies of the bidding documents may be obtained from www.CivcastUSA.com: search BID DUE – February 16, 2017 Project Number: 05200-303-1-DCH. Bidders must register on this website in order to view Residential Home Elevation Services for the City of Houston, Department of Public Works and Engineering, S63-Q26139 – 21% MWBE Goal – Pre-Submission Conference and/or download specifications, plans, soils report and environmental reports for this project. FOR LESS There is NO charge to view or download documents. will be held on Monday, February 6, 2017, at 10:00 AM at 900 Bagby St., City Hall An- The Owner reserves the right to reject any or all Bids and to waive all defects and irregulari- Looking to save money on nex, Tunnel Level (Basement), SPD Conference Room 1. Interested parties can call Yesenia ties in bidding or bidding process except time of submitting a Bid. The Successful Bidder, if Chuca at (832) 393-8727. 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. Legal Notices? INVITATION TO BIDDERS Sealed bids, in duplicate, addressed to Board of Directors, Harris County Municipal Utility District No. 412, will be received in the office of BGE, Inc., 10777 Westheimer, Suite Call us before you call the daily newspaper. 400; Houston, Texas, 77042 (Phone: 281-558-8700) until 2:30 PM, Tuesday, February 21, 2017, at which time all bids will be opened and publicly read for the furnishing of all material, INVITATION TO BID equipment, labor and supervision necessary or incidental to “Construction of Wastewater Sealed bids in duplicate addressed to HTX Land Development Company on behalf of TheHouston Business Journal is a paper of general Treatment Plant Rehabilitation for Harris County MUD No. 412, Harris County, Texas”. Harris County Municipal Utility District No. 360 will be received in the offices of Jones & Carter, Inc., Consulting Engineers, 6330 West Loop South, Bellaire, Texas 77401, until 10:00 circulation in the counties of: Scope of Project: a.m., Friday, February 17, 2017, and then publicly opened and read for furnishing all plant, labor, material and equipment and performing all work required for the construction of: The rehabilitation of four (4) Aeration Basins, four (4) Sludge Digester Basins, One Longwood Regional Detention Basin Expansion (1) Clarifier, three (3) Centrifugal Blowers and Attendant Motors, and miscellaneous plant The work consists of fine grading the basin expansion and the fill area to grade set by work including bypass pumping. the plans. The work will also require install the back slope swale interceptor structures and Bids received after the closing time will be returned unopened. replacing the chain link fence and gate. A non-mandatory pre-bid conference will be held on Tuesday, February 14, 2017 at The project is located in Harris County Municipal Utility District No. 360 in Northwestern 2:30 PM, at the office of BGE, Inc. Harris County, Texas. The site is located north of Huffmeister Dr. between Telge Rd and Kluge Harris Liberty Waller Plans, specifications and bid documents are available atwww.civcastusa.com , search: Rd. 4507-00. For construction contracts over $250,000, the bidder shall submit either a 2% certified or A cashier’s check or bid bond in the amount of 5% of the total bid amount must ac- cashier’s check or a five percent (5%) bid bond of the maximum total bid amount. Make the Chambers Montgomery Fort Bend company each bid. The successful bidder will be required to provide performance, payment cashier’s check or bid bonds payable to the Owner. and maintenance bonds for the full amount of the contract. The Owner reserves the right to Plans, specifications, and bidding documents are available at www.civcastusa.com. Said reject any or all bids. documents may be examined without charge in the office of Jones & Carter, Inc. Construction Brazoria Galveston Division, 6330 West Loop South, Bellaire Texas 77401. ATTENTION: Pursuant to Texas Government Code 2252.908, you must provide Harris County Municipal Utility District No. 360 (the “District”) with a printed, executed and notarized original of a completed Certificate of Interested Parties form (Form 1295) with the bid. Failure to do so will result in the District’s inability to execute the contract. To complete ADVERTISE YOUR the disclosure of interested parties form, or further information, please visiting the Texas Ethics Commission’s website at http://www.ethics.state.tx.us. Contact Lenora Black at There will be a pre-bid conference in the offices of Jones & Carter, Inc., 6330 West Loop LEGAL NOTICES South, Bellaire, Texas 77401 at 10:00 a.m., Friday, February 10, 2017. Attendance is not mandatory. 713-395-9625 The Owner reserves the right to reject any or all bids and waive any or all irregularities. No CALL 713-395-9625 bid may be withdrawn until the expiration of 60 days from the date bids are open.