RECRUITMENT HIRING?media.bizj.us › view › img › 5321121 › hbjclass03132015.pdf · cover...

7
Contact Lenora Black at 713-395-9625 or [email protected] to advertise CLASSIFIED MARCH 13-19, 2015 HOUSTON BUSINESS JOURNAL 43 FOR MORE INFO: 713.395.9625 | [email protected] HIRING? You trust us to be your source for breaking local business news. Now trust us to help you find great candidates for your open positions. Post your job with us today. e Houston Business Journal is seeking an Audience Devel- opment Account Executive. e Audience Development Ac- count Executive is responsible for identifying, growing and developing new and existing audiences through inside and outside sales efforts. Candidates considered must possess sales knowledge, computer skills, time management, product knowledge, presentation skills and a strong desire to achieve. We offer a base salary plus commission and an excellent ben- efits package. Join an exciting and fast-paced organization with high values committed to its clients and staff. Email resume [email protected]. SALES/MARKETING RESIDENTIAL REAL ESTATE It does make a difference with whom you list your home. johndaugherty.com TOUR HOUSTON’S MOST EXCITING HOMES They’re just a click away at heritagetexas.com Heritage Texas Properties RESIDENTIAL REAL ESTATE Who is Reading the Houston Business Journal? Q: The decision makers who INITIATE, EVALUATE, and AUTHORIZE the purchase of your products and services. A: Call Lenora Black for more information 713-395-9625 [email protected]

Transcript of RECRUITMENT HIRING?media.bizj.us › view › img › 5321121 › hbjclass03132015.pdf · cover...

Page 1: RECRUITMENT HIRING?media.bizj.us › view › img › 5321121 › hbjclass03132015.pdf · cover damages for personal injuries sustained by plaintiff in a collision in Harris County,

Contact Lenora Black at 713-395-9625 or [email protected] to advertise CLASSIFIED

MARCH 13-19, 2015 HOUSTON BUSINESS JOURNAL 43

FOR MORE INFO: 713.395.9625 | [email protected]

HIRING?You trust us to be your source for breaking local business news.

Now trust us to help you fi nd great candidates for your open positions. Post your job with us today.

HIRING/JOBS HIRING/JOBS HIRING/JOBS

RECRUITMENT SERVICES

RECRUITMENT SERVICES

RECRUITMENT SERVICES

� e Houston Business Journal is seeking an Audience Devel-opment Account Executive. � e Audience Development Ac-count Executive is responsible for identifying, growing and developing new and existing audiences through inside and outside sales e� orts. Candidates considered must possess sales knowledge, computer skills, time management, product knowledge, presentation skills and a strong desire to achieve. We o� er a base salary plus commission and an excellent ben-e� ts package. Join an exciting and fast-paced organization with high values committed to its clients and sta� . Email [email protected].

SALES/MARKETING RESIDENTIAL REAL ESTATE

It does make a difference

with whom you list your home.

johndaugherty.com

TOUR HOUSTON’S MOST

EXCITING HOMESThey’re just a click away at heritagetexas.comHeritage Texas Properties

RESIDENTIAL REAL ESTATE

Who is Reading the Houston Business Journal?

Q:

The decision makers whoINITIATE, EVALUATE, and AUTHORIZE the purchaseof your products and services.

A:

Call Lenora Black for more information 713-395-9625

[email protected]

Page 2: RECRUITMENT HIRING?media.bizj.us › view › img › 5321121 › hbjclass03132015.pdf · cover damages for personal injuries sustained by plaintiff in a collision in Harris County,

DISTINCTIVE PROPERTIES Contact Lenora Black at 713-395-9625 or [email protected] to advertise

44 HOUSTON BUSINESS JOURNAL MARCH 13-20, 2015

Welcome Homemarthaturner.com | 713.520.1981

Welcome Homemarthaturner.com | 713.520.1981

SUGAR LAND Beacon Hill | $3.9+mil6/7.5 - ±12,585 sf | located in Sweetwater Estatesmedia room | wine closet | fabulous summer kitchen

CINDY [email protected]

GALVESTON Evia Main | $360s3/2.5 - ±2,020 sf | spectacular golf course vistagorgeous finishes | impressive master suite

JIM [email protected]

LEAGUE CITY Blue Water Way | $1.6+mil4-5/5.5 - ±5,142 sf | gated waterfront living on Clear Lake | boat house | pool/spa

PATRICIA [email protected]

GALVESTON Church Street | $230s2-3/2 - ±1,260 sf | exquisite historic home | chef’s kitchen | outstanding finishes | exceptional upgrades

JIM [email protected]

FRIENDSWOOD Timber Creek Court | $1.3+mil5/5.5 - ±5,313 sf | prestigious Timber Creek Villagegated | treed | estate section | heated pool

PATRICIA [email protected]

MEMORIALN Cheska Lane | $3.2+mil

5/5.5+ - ±6,639 sfstunning French estate

in Piney Point

KELLIE GEITNER 713.213.2011

[email protected]

RICEBanks Street | $1.6+mil

4-5/5.5 - ±4,169 sf2012 custom home | reclaimed brick

walnut floors | heated pool

MARTY WARREN 713.459.7479

[email protected]

BELLAIRECedar Street | $790s

2-3/2.5 - ±3,090 sfcontemporary home with many

architectural details

CYNDY FREMAUX 713.822.8770

[email protected]

HEIGHTSW 21st Street | $750s

3/2.5 - ±2,436 sflovely, well maintained homespacious backyard with deck

D. LEIGH MARTIN, IV 713.835.9839

[email protected]

Page 3: RECRUITMENT HIRING?media.bizj.us › view › img › 5321121 › hbjclass03132015.pdf · cover damages for personal injuries sustained by plaintiff in a collision in Harris County,

Contact Lenora Black at 713-395-9625 or [email protected] to advertise DISTINCTIVE PROPERTIES

Contact Lenora Black at 713-395-9625 or [email protected] to advertise BUSINESS MARKETPLACE

MARCH 13-19 2015 HOUSTON BUSINESS JOURNAL 45

The Houston Business Journal Gives You Access to Some of Houston’s

Most A� luent Home Owners.

of HBJ readers earn over $100,00078%* are millionaires56%*

To market your listings to this select group of home owners...call

* Readex Research 2011

Lenora Black 713-395-9625

Connect with our Audienceby advertising in the Houston Business Journal's Business Marketplace

Contact Lenora Black at 713-395-9625 or [email protected] to advertise

Waterfront living at its very best. One acre on the bay with your very own beach front in Seabrook, 35 minutes from down town Houston. The home has hardwood fl ooring and beautiful mill work. Guesthouse with 2 bedrooms and large livingroom/kitchen. Call for your personal viewing or go to my web site. $1,900.000.

Waterfront home on Galveston Bay

Gun Ledbetter Frame281-486-5700

www.gunledbetterframe.com

Secluded and gently rolling 81 acres with huge live oaks, 2 ponds, trails, 3 bedroom-2 bath home, shop, more!

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

www.bjre.com

1111 Schuette Rd.New Ulm, TX

1111 Schuette Rd.New Ulm, TX

with multiple homes, barns and water features. This world-class

equine facility with lighted cutting horse arena is suitable for both

horses and cattle. Pristine pastures crisscrossing

rolling terrain that joins the Sam Houston National Forest.

Located 45 minutes from Houston & 15 Minutes from Lake Conroe.

(281) 444-7171www.diamondspurranch.com

216 ACRE HORSE & CATTLE RANCH

LAND AUCTION

CALL FOR FULL COLOR BROCHURE

Texas Auctioneer #16027

TUESDAY, APRIL 21st 1PM

LOANS / FINANCING

PRIVATE LOANSFor Commercial & Investment Real Estate

$100,000 to $5,000,000Direct Private Lender

Close in 7 days

Vince DiMare, Principal Equity Secured Capital

[email protected]

512-732-8338Our 26th Year

FRANCHISE OPPORTUNITIES

CALL: [email protected]

440 Louisiana St. Suite 900Houston, TX. 77002

CorporateCorporateCorporateCorporateCorporateCorporateCorporateCorporateCorporateCorporateCorporateCorporateEfficienciesEfficienciesWE HELP YOUR COMPANY GROW

Bookkeeping, Marketing& Financial Management

New Orleans Copper, Inc. has become a leading designer in expansion loops for the oil and gas industry. Virtually every drilling

platform in the Gulf of Mexico have been supplied bends for pipelines, fl owlines and bumpers for oil rig fl owlines by us.

To contact Pam Schafer, please call 504-525-7426 or email

[email protected] www.nolapipe.com

A CENTURY OF SERVICE TO THE OIL & GAS INDUSTRY

Please let us help you with your next project.

PETROLEUM INDUSTRY SERVICES

Rare opportunity to purchase

Pagosa Springs CO Corporate/Family Retreat. Custom 6BR/5.5BA, 55 irrigated acres,

borders NF. Stocked pond, water rights, huge views.

$2,690,000.

Chris Liverett GALLES PROPERTIES

970.903.0481

www.RoundTopRealEstate.com

Vintage house built in 1873 and lovingly updated in 2002. 4bd/3.5ba, formals, large porch and deck. On 1.7 acres with

views of the Mill Creek Valley. HAR #99432764 $299,000

8482 Bermuda, Industry8482 Bermuda, Industry

Shelby LevyRealtor [email protected]

Page 4: RECRUITMENT HIRING?media.bizj.us › view › img › 5321121 › hbjclass03132015.pdf · cover damages for personal injuries sustained by plaintiff in a collision in Harris County,

LEGALSLEGALS

CAUSE NO. 2014-47673CITATION BY PUBLICATION

THE STATE OF TEXASCOUNTY OF HARRIS

TO: ISIDRO ARMENDARIZ, AND TO ALL WHOM IT MAY CONCERN, WHOSE RESIDENCE AND WHEREABOUTS ARE UNKNOWN, RESPONDENT (S):

You have been sued. You may employ an attorney. If you or your attorney do not file a writ-ten answer with the Clerk who issued this citation by 10:00 a.m. on the Monday next follow-ing the expiration of 20 days after you were served this citation and ORIGINAL PETITION Petition, a default judgment may be taken against you. The Petition of JEREMY MIKEL GONZALEZ Petitioner, was filed in the 257TH Court of Harris County, Texas, on the 19TH day of AUGUST, 2014, against CHRISTY LYNN GONZALEZ, Respondent(s), and the said suit being numbered 2014-47673 on the docket of said Court and entitled “In the Matter of the Marriage of JEREMY MIKEL GONZALEZ and CHRISTY LYNN GONZALEZ and in the interest of the child(ren): JAYDEN MIKEL ARMENDARIZ-MARCH 25, 2006, -, -, -, the nature of which suit is a request to ORIGINAL PETITION FOR DIVORCE.

“The Court has authority in this suit to enter any judgment or decree dissolving the mar-riage and providing for the division of property and custody and support of the children, which will be binding on you.”

ISSUED AND GIVEN UNDER MY HAND AND SEAL OF SAID COURT AT HOUSTON TEXAS ON THIS THE 22ND day of JANUARY, 2015.

CHRIS DANIEL, District ClerkHarris County, Texas BY: Deputy SONIA CASTRO

NOTICE OF INVITATION TO BIDHouston First Corporation requests bids from qualified businesses for Landscaping Main-

tenance Services at its facilities, a best value invitation to bid.Bid documents are available online at www.houstonfirst.com/dobusiness.aspx.Any questions should be submitted by e-mail to [email protected].

CAUSE NUMBER 2014-28685CITATION BY PUBLICATION

THE STATE OF TEXASCounty of Harris

NOTICE TO DEFENDANT: “You have been sued. You may employ an attorney. If you or your attorney do not file a written answer with the clerk who issued this citation by 10:00 a.m. on the Monday next following the expiration of forty-two days after the date of issuance of this citation and petition, a default judgment may be taken against you.”

To: HEATHER NICHOLE YOUNG

YOU ARE HEREBY COMMANDED to be and appear before the 151st Judicial District Court of Harris County, Texas in the Courthouse in the city of Houston, Texas at or before 10:00 o’clock A.M. Monday, the 13TH of APRIL, 2015, being the Monday next after the expiration date of forty-two days after this citation is issued, and you are hereby commanded and required then and there to appear and file written answer to the PLANTIFFS ORIGI-NAL PETITION, filed in said Court on the 20th day of MAY, 2014, in a suit numbered 2014-28685 on the docket of said court, wherein JESUS LOPEZ Plaintiff(s) and HEATHER NICHOLE YOUNG Defendant(s), the nature of the plaintiff’s demand being and the said petition alleging: PERSONAL INJURY-AUTO

SYNOPSIS:Plaintiff, Jesus Lopez filed suit against Defendant, HEATHER NICHOLE YOUNG to re-cover damages for personal injuries sustained by plaintiff in a collision in Harris County, Texas which was collision was proximately caused by the negligence of the Defendant. Jesus Lopez. The case is styled Cause No. 2014-28685: Jesus Lopez v. Heather Nichole Young: In the 151st Judicial District Court of Harris County, Texas.

Notice hereof shall be given by publishing this Citation once a week for four consecutive weeks previous to the 08th day of APRIL, 2015, in some newspaper published in the County of HARRIS, if there be a newspaper published therein, but if not, then the nearest county where a newspaper is published, and this Citation shall be returned on the 13TH day of APRIL, 2015, which is forty two days after the date it is issued, and the first publication shall be at least twenty-eight days before said return day.

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

WITNESS: CHRIS DANIEL, District Clerk, Harris County TexasGIVEN UNDER MY HAND AND SEAL OF SAID COURT at Houston, Texas this

25th day of FEBRUARY, 2015.

CHRIS DANIEL, District ClerkHarris County, Texas201 Caroline, Houston, Texas 77002P.O. Box 4651, Houston, Texas 77210

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

48 will be received at the office of Jones & Carter, Inc., Consulting Engineers, 22330 Mer-chants Way, Suite 170, Katy, Texas 77449 until 10:00 a.m. Local Time, March 20, 2015, and then publicly opened and read for furnishing all labor, material and equipment and perform-ing all work required for construction of Water, Sanitary and Drainage Facilities in Olympia Estates Section 8.

Bids received after the closing time will be returned unopened. A pre-bid conference will be held on March 13, 2015, at 10:00 a.m. Local Time, at the office of Jones & Carter, Inc., Consulting Engineers, 22330 Merchants Way, Suite 170, Katy, Texas 77449. Attendance is not mandatory

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

Copies of the bidding documents are on file at the following locations:Copies of the bidding documents may be obtained from www.CivcastUSA.com. Bidders

must register on this website in order to view and/or download specifications, plans, soils report and environmental reports for this project. There is NO charge to view or download documents.

Bidding documents may be examined without charge in the office of Jones & Carter, Inc. Construction Division, 22330 Merchants Way, Suite 170, Katy, Texas 77449.

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

ADVERTISEMENT FOR CONSTRUCTIONCOMPETITIVE SEALED PROPOSALS

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

Project Name and Number: Hermann Park – Japanese Garden F-000788-0001-4Project Description: Renovations to Hermann Park Japanese Garden,

including perimeter fencing, specialty roofing, pond renovation and leak repair, landscaping, irrigation and drainage.

Qualification Submittal Date: Thursday, April 2, 2015Proposal Submittal Date: Thursday, April 30, 2015Project Location: Hermann Park; 6001 Fannin

(Key Map No. 493P) Project Manager: Shauna Parker / 832-393-8089Estimated Construction Budget: $ 860,000.00Pre-submittal Meeting: Tuesday, March 24, 2015, 10:00 a.m. City Hall Annex, 900 Bagby, 2nd FloorPre-proposal Meeting: Wednesday, April 15, 2015, 10:00 a.m. City Hall Annex, 900 Bagby, 2nd Floor

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

rized in Chapter 2269, Texas Government Code for the above procurement.The Contractor will be selected in a two-step process. In step one, the Proposer’s SOQ will

be ranked based on the criteria set out in Document 202 – Proposal Organization and Selec-tion Criteria. After reviewing the Proposers’ qualifications, the City will finalize the rankings. The City may short-list the Proposers that will participate in step two. The City will notify the short-listed Proposers and require they submit a proposal in accordance with the Request For Competitive Sealed Proposals.

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

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

This bid is subject to “Hire Houston First” as set out in Chapter 15, Article XI, City Code. It is unlawful for any Contractor to contribute or offer any contribution to a candidate for City elective office during a certain period prior to and following a contract award. (Chapter 18, City Code). Contractor will be required to comply with Anti-discrimination provisions (Chapter 15, Article II, City Code), Pay or Play Program (Executive Order 1-7 and Ordinance 2007-0534), and the Minority, Women, Persons with Disabilities and Small Business Enterprise requirements (Chapter 15, Articles V and VI, City Code and Executive Order 1-2).Dated: (Publish Friday March 6, 2015 and March 13, 2015) Anna Russell, City Secretary

ADVERTISEMENT FOR CONSTRUCTIONLOW BID

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

Project Name and Number: Braeburn Glen Park Parking Lot WBS No. F-504C13-0003-4 Haden Park Parking Lot WBS No. F-000761-0002-4Project Description: Braeburn Glen Park Parking Lot – new concrete and

asphalt parking lot, security lighting, dumpster enclosure, park entrance, landscape, and site improvements.

Haden Park Parking Lot – new concrete parking lot, security lighting, slide gates, landscape, and site improve-ments.

Bid Date: Thursday, March 26, 2015Project Location: 9510 S. Gessner Houston, Tx. 77074 (Key Map 530T) 1404 Witte Road Houston, Tx. 77080 (Key Map 450W)Project Manager: Marcus Sheppard / 832-393-8057 Estimated Construction Cost: $ 800,000.00Pre-bid Meeting: Tuesday, March 17, 2015 at 10:00 a.m. City Hall Annex Bldg. 900 Bagby, 2nd Floor Bids will be accepted until 10:30 a.m., local time on the bid date shown above. Bids

received after that time will not be accepted. Bids will be publicly opened and read aloud at 11:00 a.m. on the same day at 900 Bagby, Room P112. All interested parties are invited to attend. Place and date of bid opening may be changed in accordance with Sections 15-3(b)(5) and 15-3(b)(6) of the City of Houston Code of Ordinances (City Code). Request for Bid documents and drawings should be sent to [email protected]. Addenda will be distributed at no cost to those who are registered plan holders with the City.

This bid is subject to “Hire Houston First” as set out in Chapter 15, Article XI City Code. It is unlawful for any Contractor to contribute or offer any contribution to a candidate for City elective office during a certain period prior to and following a contract award (Chapter 18 City Code). Contractor will be required to comply with Anti- discrimination provisions (Chapter 15, Article II City Code), Pay or Play Program (Executive Order 1-7 and Ordinance 2007-0534), and the Minority, Women, Persons with Disabilities and Small Business Enterprise requirements (Chapter 15, Articles V and VI City Code and Executive Order 1-2).Dated: (Publish Friday, March 6, 2015 and March 13, 2015) Anna RussellCity Secretary

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

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

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

Invitation To Bid – Sealed bids will be received in the Office of the City Secretary, City Hall Annex, Public Level, 900 Bagby, until 10:30 A.M., on the bid due date, and all bids will be opened and publicly read in the City Council Chamber, Public Level, at 11:00 A. M.

All interested parties are encouraged to attend any scheduled pre-bid and/or pre-proposal conference(s). Unless other wise specified, all conference(s) will be held at 901 Bagby, Houston, TX 77002 in the basement of City Hall. It is the interested party’s responsibility to ensure they have secured and thoroughly reviewed all solicitation documents prior to any scheduled conference(s). Interested parties can download all forms, and specifications from the Internet at https://purchasing.houstontx.gov/. Downloading these documents will ensure all interested parties will automatically receive any updates via e-mail. Interested parties can call (832) 393-8762 for additional information.

BIDS DUE – MARCH 26, 20151. Forklifts and Manlift for the City of Houston Various Departments– S58-N25263–

0% MWBE Goal - Pre-Bid Conference will be held on Wednesday March 18, 2015 at 10:00 A.M.- SPD Conference Rm 2.

BIDS DUE – APRIL 2, 20152. Replacement Parts for Metering Pumps and Analyzers for the City of Houston Public

Works & Engineering Department. – S65-S25376– 0% MWBE Goal - Pre-Bid Conference will be held on Thursday March 19, 2015 at 10:00 A.M.- SPD Conference Rm 2.

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

website (www.civcastusa.com), or (ii) Paper copy in duplicate. Bids will be received by Harris County Municipal Utility District No. 500 at the office of the Engineer for the District, EHRA, 10555 Westoffice Drive, Houston, Texas 77042, and electronic bids delivered via the CivCast website, until 2:30 p.m., Thursday, March 26, 2015, at which time all bids will be publicly opened and read for the construction of the project:

HARRIS COUNTY MUNICIPAL UTILITY DISTRICT NO. 500TOWNE LAKE PARKWAY COVE REGIONAL DETENTION AND EARTHWORK

TO SERVE TOWNE LAKEPROJECT NO. 061-059-00-174 DST (I)

A mandatory Pre-Bid Conference will be held on Thursday, March 19, 2015, at 2:30 p.m. at the office of the Engineer for the District, EHRA, 10555 Westoffice Drive, Houston, Texas.

Project scope shall include the excavation of approximately 21,000 CY of earthen material to be placed, graded and compacted on-site; and installation of 380 LF of 30”-72” RCP storm sewer. The project site is located on Harris County Key Map No. 366 N, S.

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

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

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

District No. 15, will be received in the office of Brown & Gay Engineers, Inc., 10777 Wes-theimer, Suite 400; Houston, Texas, 77042 (Phone: 281-558-8700) until 10:00 AM, Thurs-day, March 26, 2015, at which time all bids will be opened and publicly read for the furnish-ing of all material, equipment, labor and supervision necessary or incidental to “Construction of 12-inch Water Line Extension along Appelt Drive and Market Street for Harris County Improvements District No. 15, Harris County, Texas,”

Scope of Project:

1. Approx. 2,885 LF of 12-inch water line

Bids received after the closing time will be returned unopened. There will be no pre-bid meeting associated with this project.Plans, specifications and bid documents are available at www.civcastusa.com, search:

2930-00.A cashier’s check or bid bond in the amount of 5% of the total bid amount must ac-

company each bid. The successful bidder will be required to provide performance, payment and maintenance bonds for the full amount of the contract. The Owner reserves the right to reject any or all bids.

INVITATION TO BIDSealed bids, in duplicate will be received by Brazoria County Municipal Utility District No.

29 at the office of the Engineer for the District, EHRA, 10555 Westoffice Drive, Houston, Texas until 2:30 p.m., Wednesday, April 1, 2015, at which time all bids will be publicly opened and read for the construction of the project:

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

FACILITIES TO SERVE RODEO PALMS, THE COLONY, SECTION FIVEPROJECT NO. 031-039-57 DST (J)

A mandatory Pre-Bid Conference will be held on Wednesday, March 25, 2015, at 2:30 p.m., at the office of the Engineer for the District, EHRA, 10555 Westoffice Drive, Houston, Texas.

Project scope shall include the installation of approximately 1,510 LF of 6”-8” PVC wa-terline; 1,020 LF of 8” PVC gravity sanitary sewer; and 60 LF of 24” RCP storm sewer. The project site is located on Brazoria County Key Map No. 652 M.

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

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

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

District No. 2, will be received in the office of Ward, Getz & Associates, LLP; 2500 Tan-glewilde, Suite 120; Houston, Texas, 77063 (phone 713-789-1900) until 2:00 p.m., Tuesday, March 31, 2015, at which time all bids will be opened and publicly read for the furnishing of all material, equipment, labor and supervision necessary or incidental to Construction of Logistics Drive Paving and Drainage Improvements to serve Ameriport Development.

Scope of Project:

1. Approximately 3,706 square yards of 10-inch reinforced concrete pavement.2. Approximately 160 linear feet of 9’x5’ reinforced concrete box including wingwalls.3. Approximately 129 linear feet of RCP (from 36-inch to 48-inch) and all appurte-

nances.

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

A NON-MANDATORY PRE-BID is scheduled to be conducted at the office of Ward, Getz & Associates, LLP, on Thursday, March 26, 2015 @ 2:00 p.m.

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

46 HOUSTON BUSINESS JOURNAL MARCH 13-19, 2015

Page 5: RECRUITMENT HIRING?media.bizj.us › view › img › 5321121 › hbjclass03132015.pdf · cover damages for personal injuries sustained by plaintiff in a collision in Harris County,

LEGALS

INVITATION TO BIDSealed bids, in duplicate will be received by Harris County Municipal Utility District No.

64 at the office of the Engineer for the District, EHRA, 10555 Westoffice Drive, Houston, Texas until 3:00 p.m., Thursday, April 2, 2015, at which time all bids will be publicly opened and read for the construction of the project:

HARRIS COUNTY MUNICIPAL UTILITY DISTRICT NO. 64SANITARY SEWER REHABILITATION

TO SERVE WILLIAMSBURG HAMLET, SECTION ONEPROJECT NO. 72060-20-17 (L)

A mandatory Pre-Bid Conference will be held on Thursday, March 26, 2015 at 3:00 p.m., at the office of the Engineer for the District, EHRA, 10555 Westoffice Drive, Houston, Texas.

Project scope shall include the cleaning and televising of approximately 22,800 LF of 8”-10” ABS Truss sanitary sewer pipe; installing 22,800 LF of 8”-10” cured-in-place pipe liner in existing sanitary sewer pipe; and construction of 1,280 LF of brick wall fence . Additional work items may include point repairs and the replacing of clean-outs. The project site is located on Harris County Key Map No. 445 T.

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

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

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

Utility District No. 132, will be received in the office of Brown & Gay Engineers, Inc., 10777 Westheimer, Suite 400; Houston, Texas, 77042 (Phone: 281-558-8700) until 10:00 AM, Tuesday, March 31, 2015, at which time all bids will be opened and publicly read for the furnishing of all material, equipment, labor and supervision necessary or incidental to “Construction of Water Plant No. 2 Building Addition for Harris County MUD No. 132, Harris County, Texas,”

Scope of Project:

Selective demolition, removal and disposal of existing concrete paving, 120 volt electri-cal motor controls and existing autosensory panel. Construction of concrete or concrete masonry block building including room for toilet facilities and shower and room for work space and operator’s lab top complete with building sewer, water service and electrical power and lighting. Installation of new electrical control system including an Autosensory panel, Operators Panel and PLC based control system and programming for three exist-ing pumps, one existing pressure tank, two existing ground storage tanks and one existing on-site well and related ancillary equipment as required to replace the existing control system with a PLC.

Bids received after the closing time will be returned unopened. A non-mandatory pre-bid conference will be held in the office of Brown & Gay Engineers, Inc. on Thursday, March 19, 2015 at 11:00 AM.

Plans, specifications and bid documents are available at www.civcastusa.com, search: 2395-01.

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

REQUEST FOR COMPETITIVE SEALED PROPOSALRFP #14-034

Supplemental Alkalinity Facilities at Woodlands Wastewater Treatment Plants

The Woodlands, TX.

The San Jacinto River Authority (SJRA) will receive Sealed Proposals forthe above-referenced project. Sealed Proposals will be received at:

Gilbert C. Garza, CPSMSan Jacinto River Authority

General and Administration Building Purchasing Department

1577 Dam Site RoadConroe, TX 77304

prior to 2:00 PM (CST), Thursday, April 2, 2015.  All Sealed Proposals received after that time will be returned in the condition they were received.

PRE-PROPOSAL CONFERENCEA Mandatory Pre-Proposal Conference will be held on Wednesday, March 25, 2015, at

10:00 AM (CST) at the San Jacinto River Authority Woodlands Office, located at 2436 Saw-dust Rd., The Woodlands, Texas 77380. 

COPIES OF RFP DOCUMENTSProposal Documents may be downloaded from the Owners website at www.SJRA.net

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

regularities.

INVITATION TO BIDSealed bids, in duplicate will be received by Brazoria County Municipal Utility District No. 29 at the office of the Engineer for the District, EHRA, 10555 Westoffice Drive, Houston, Texas until 3:00 p.m., Wednesday, April 1, 2015, at which time all bids will be publicly opened and read for the construction of the project:

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

FACILITIES TO SERVE RODEO PALMS, PALM SHORE, SECTION THREEPROJECT NO. 031-039-43 DST (J)

A mandatory Pre-Bid Conference will be held on Wednesday, March 25, 2015, at 3:00 p.m., at the office of the Engineer for the District, EHRA, 10555 Westoffice Drive, Houston, Texas.

Project scope shall include the installation of approximately 4,060 LF of 4”-8” PVC water-line; 4,030 LF of 8” PVC gravity sanitary sewer; and 1,785 LF of 24”-36” RCP storm sewer. The project site is located on Brazoria County Key Map No. 652 M.

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

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

PUBLIC BID NOTICESealed bids in duplicate will be received by Harris County Municipal Utility District No.

24 in the office of the District, 17035 Deer Creek Drive, Spring, TX 77379 between 6:15 p.m. and 6:30 p.m. on Wednesday, April 1, 2015. All bids will be publicly opened and read aloud at 6:30 p.m. in the office of the District, 17035 Deer Creek Drive, Spring TX 77379 on April 1, 2015 for the following improvements in Harris County Municipal Utility District No. 24:

TWIN FALLS SECTION 6WATER, SANITARY SEWER & DRAINAGE

Bid Documents may be examined without charge in the offices of the Engineer, Eby Engi-neers, Inc. at 1814 De Milo St., Houston, TX 77018, (Telephone 713-957-0788) or may be obtained upon deposit of one-hundred dollars ($100.00) for each set, which is non-refundable.

A NON-mandatory pre-bid conference will be held at the office of Engineer at 1814 De Milo, Houston, TX 77018 on Wednesday, March 25, 2015 at 10:30 a.m.

A Cashier’s Check, Certified Check, or bid bond payable to Harris County MUD 24 in the amount of not less than five percent (5%) of the bid submitted, as outlined in the Contract Documents, must accompany the bid.

The successful bidder receiving Contract awards must furnish Performance and Payment Bonds in the amount of one hundred percent (100%) each of the total Contract price. The successful bidder must also furnish a maintenance bond which shall guarantee all work em-braced by the Contract against defective workmanship and materials for a period of one (1) year. Each such bond shall be executed by a corporate surety authorized to do business in the State of Texas.

The Owner reserves the right to reject any and all bids and waive bidding informalities. Those bids deemed most advantageous to the Owner will be considered for the award of a Contract.

INVITATION TO BIDDERSSealed Bids will be received by Bridgeland Development, L.P. on behalf of Harris County

Municipal District No. 419, in the office of Bridgeland Development L.P. (a Howard Hughes Company) 23720 House Hahl Road, Cypress, TX 77433 until 10:00 am April 7th, 2015, for Construction of Bridgeland Hidden Creek Section 24 Reserves “A, B, C & D” Landscape Improvements. Bridgeland Development office hours are from 8:30am-4:30pm, lunch from 12pm-1pm, Monday-Friday.

All bids will be publicly opened and read aloud for construction of landscape improvements including, planting, irrigation, lighting & electrical, monument sign wall, and concrete walks.

Bidders shall submit five (5) copies of the Bid on exact copies of the Bid Form provided.Bid Documents may be examined without charge in the offices of KGA/DeForest Design,

LLC, 23501 Cinco Ranch Boulevard, Suite A-250, Katy, Texas, 77494, or may be obtained upon deposit of One Hundred & Fifty Dollars ($150.00) for each set. This sum is non-refundable and should be made payable to KGA DeForest Design LLC. Only check or money order will be accepted.

A Cashier’s Check or Bidder’s Bond Payable to Bridgeland Development, L.P. in the amount of not less than ten percent (10%) of the bid submitted, outlined in the Contract Documents must accompany the Bid.

Bidders must have at least five years of confirmed experience on comparable size projects of a similar scope in the Houston Area.

A Mandatory Pre-Bid Meeting is scheduled for March 31st, 2015 at 10:00 AM at the office of Bridgeland Development L.P. (a Howard Hughes Company).

The successful bidder receiving contract award must furnish Performance and Payment Bonds in the amount of one hundred percent (100%) each of the total Contract price. Each such bond shall be executed by a corporate surety duly authorized to do business in the State of Texas.

The contract will be awarded in accordance with the competitive bidding laws applicable to municipalities which can be summarized as follows: The contract shall be awarded either to the lowest responsible Bidder or to the Bidder who provides goods or services at the best value for the municipality. The Owner reserves the right to reject any and all bids and to waive bidding informalities.

ADVERTISEMENT FOR CONSTRUCTIONLOW BID

CITY OF HOUSTONThe City Secretary for City of Houston will receive bids at 900 Bagby, Room P101,

Houston, Texas for the following General Services Department project(s):

Project Name and Number: Hermann Park Electrical Upgrades F-000748-0002-4Project Description: Conversion of Hermann Park main electrical service

from a 4160-volt three-phase distribution to a 12470-volt three-phase distribution. Includes new switchgear, transformers and underground cabling.

Bid Date: Thursday, April 9, 2015Project Location: 6001 Fannin (Key Map No. 493P)Project Manager: Shauna Parker/ 832-393-8089 Estimated Construction Cost: $ 1,800,000.00Pre-bid Meeting: Wednesday, April 1, 2015 at 1:30 p.m. 6201 Hermann Park Drive (Old Golf Course

Clubhouse in Hermann Park)

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

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

This bid is subject to “Hire Houston First” as set out in Chapter 15, Article XI City Code. It is unlawful for any Contractor to contribute or offer any contribution to a candidate for City elective office during a certain period prior to and following a contract award (Chapter 18 City Code). Contractor will be required to comply with Anti- discrimination provisions (Chapter 15, Article II City Code), Pay or Play Program (Executive Order 1-7 and Ordinance 2007-0534), and the Minority, Women, Persons with Disabilities and Small Business Enterprise requirements (Chapter 15, Articles V and VI City Code and Executive Order 1-2).Dated: (Publish Friday, March 13 and March 20, 2015) Anna RussellCity Secretary

NOTICE TO CONTRACTORSSealed bids, in duplicate, addressed to Fourth Ward Redevelopment Authority will be re-

ceived at 410 Pierce Street, Suite 355 Houston, TX 77002, until 2:00 pm, Tuesday, April 14th, 2015. Bids will be publicly opened at 2:00 p.m. and read at 2:15 PM on Thursday, April 16th, 2015, for furnishing all labor, materials, equipment, and incidentals, as required, for the construction of Fourth Ward Affordable Housing Project - “3-Shotgun Houses”, in Houston, Texas. CONTRACT DOCUMENTS may be examined at the following loca-tions: (1) Associated General Contractors, 2400 Augusta, Suite 305, Houston, TX; (2) Virtual Builders Exchange, 7035 W. Tidwell, Building J, Suite 110, Houston, TX, (3) AMTEK, 4001 Sherwood Lane, Houston, TX and (4) Houston Minority Business Development Center, 2900 Woodridge, Suite 124, Houston, TX 77087. The right is reserved, as the interest of the Owner may require, to reject any and all bids, and to waive any informality in bids received. Plans, specifications and bidding documents may be obtained at the offices of ESPA/KCI, 801 Travis St., Suite 2000, Houston, Texas 77002 (713-680-0080) for a nonrefundable fee of $60.00 per set. Make checks payable to Fourth Ward Redevelopment Authority. A pre-bid conference will be held at 410 Pierce Street, Suite 355 Houston, TX 77002 in the 3rd Floor Large Conference Room on Tuesday March 31, 2015 at 10:00 am. It is requested, but not mandatory, that each bidder be represented at the pre-bid conference.

ADVERTISEMENT FOR CONSTRUCTIONCOMPETITIVE SEALED PROPOSALS

CITY OF HOUSTONThe City Secretary for City of Houston will receive Statement of Qualifications (SOQ)

and proposals at 900 Bagby, Room P101, Houston, Texas for the following General Services Department project(s):

Project Name and Number: Metropolitan Multi-Service Center F-000713-0002-4Project Description: The front entry canopy, sidewalk and service drive

are being replaced to create new entry into the center. A new covered sidewalk is being installed from the canopy out to West Gray and over to a new METRO bus shelter. Detention, pavilion/walkway lighting and landscaping are included in the project.

Qualification Submittal Date: Thursday, April 2, 2015Proposal Submittal Date: Thursday, April 30, 2015Project Location: 1475 West Gray Street (492R) Project Manager: Chip Perry / 832-393-8121Estimated Construction Budget: $ 800,000.00Pre-submittal Meeting: Tuesday, March 24, 2015 at 11:00 AM 900 Bagby, City Hall Annex, 2nd FloorPre-proposal Meeting: Tuesday, April 15, 2015 at 10:00 AM

On-Site @ 1475 West Gray Street (492R)

The City of Houston intends to utilize the Competitive Sealed Proposals process as autho-rized in Chapter 2269, Texas Government Code for the above procurement.

The Contractor will be selected in a two-step process. In step one, the Proposer’s SOQ will be ranked based on the criteria set out in Document 202 – Proposal Organization and Selec-tion Criteria. After reviewing the Proposers’ qualifications, the City will finalize the rankings. The City may short-list the Proposers that will participate in step two. The City will notify the short-listed Proposers and require they submit a proposal in accordance with the Request For Competitive Sealed Proposals.

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

Request For Competitive Sealed Proposals (Compact Discs) may be picked up at the City Hall Annex, 900 Bagby, 2nd Floor. A maximum of one disc will be available to each prospec-tive Proposer. Addenda will be distributed at no cost to those who are registered plan holders with the City.

This bid is subject to “Hire Houston First” as set out in Chapter 15, Article XI, City Code. It is unlawful for any Contractor to contribute or offer any contribution to a candidate for City elective office during a certain period prior to and following a contract award. (Chapter 18, City Code). Contractor will be required to comply with Anti-discrimination provisions (Chapter 15, Article II, City Code), Pay or Play Program (Executive Order 1-7 and Ordinance 2007-0534), and the Minority, Women, Persons with Disabilities and Small Business Enter-prise requirements (Chapter 15, Articles V and VI, City Code and Executive Order 1-2).Dated: (Publish Friday March 13, 2015 and March 20, 2015) Anna Russell, City Secretary

NOTICE TO CONTRACTORSSealed bids, in duplicate, addressed to Brazoria County Municipal District No. 36 will

be received at the office of R. G. Miller Engineers, Inc., 16340 Park Ten Place, Suite 350, Houston, Texas 77084, until 2:00 p.m., Tuesday April 7, 2015, then publicly opened and read for furnishing all labor, materials and equipment and performing all work required for construction of Detention/Amenity Lake Expansion And Storm Sewer to Serve Kendall Lakes within Brazoria County Municipal District No. 36

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

All proposals shall be accompanied by a Bid Bond in an amount equal to ten percent (10%) of the total price of the bid contained in the proposal, payable without recourse to Brazoria County Municipal Utility District No. 36, as a guarantee that bidder will enter into a contract and execute a Performance Bond and Payment Bond in an amount equal to 100% of the contract price, from a surety company holding a permit from the State of Texas to act as surety. The Bid Bond must be enclosed in the same envelope with the bid. Bids without Bid Bonds will not be considered.

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

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

A MANDATORY pre-bid conference will be conducted in the office of R. G. Miller En-gineers, Inc., 16340 Park Ten Place, Suite 350, Houston, Texas 77084, on Tuesday, March 31, 2015, at 10:00 a.m. EACH BIDDER MUST BE REPRESENTED AT THIS PRE-BID CONFERENCE. BIDS WILL NOT BE ACCEPTED FROM ANY BIDDER WHO IS NOT REPRESENTED AT THE PRE-BID CONFERENCE. NO PLANS SHALL BE ISSUED AFTER 5:00 P.M., TUESDAY, MARCH 31, 2015.

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

District No. 15, will be received in the office of Brown & Gay Engineers, Inc., 10777 Wes-theimer, Suite 400; Houston, Texas, 77042 (Phone: 281-558-8700) until 2:30 PM, Thursday, April 2, 2015, 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 Tract W Detention Pond for Harris County Improvements District No. 15, Harris County, Texas,”

Scope of Project:

1. Approx. 60,000 CY of detention pond excavation2. Outfall piping3. Trash rack

Bids received after the closing time will be returned unopened. A non-mandatory pre-bid conference will be held in the office of Brown & Gay Engineers, Inc. on Thursday, March 26, 2015 at 2:30 PM.

Plans, specifications and bid documents are available at www.civcastusa.com, search: 3113-00

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

MARCH 13-19, 2015 HOUSTON BUSINESS JOURNAL 47

Page 6: RECRUITMENT HIRING?media.bizj.us › view › img › 5321121 › hbjclass03132015.pdf · cover damages for personal injuries sustained by plaintiff in a collision in Harris County,

LEGALSLEGALS

NOTICE TO CONTRACTORSSealed bids, in duplicate, addressed to JNC Development, Inc. on behalf of Harris County

Municipal Utility District No. 49 will be received at the office of R. G. Miller Engineers, Inc., 16340 Park Ten Place, Suite 350, Houston, Texas 77084, until 2:30 P.M., Tuesday, April 7, 2015, then publicly opened and read for furnishing all labor, materials and equipment and performing all work required for construction of Storm Sewer, Sanitary Sewer and Water Lines to serve Fall Creek East Section One within Harris County Municipal Utility District No. 49.

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

All proposals shall be accompanied by a Bid Bond in an amount equal to ten percent (10%) of the total price of the bid contained in the proposal, payable without recourse to JNC De-velopment, Inc. on Behalf of Harris County Municipal Utility District No. 49, as a guarantee that bidder will enter into a contract and execute a Performance Bond and Payment Bond in an amount equal to 100% of the contract price, from a surety company holding a permit from the State of Texas to act as surety. The Bid Bond must be enclosed in the same envelope with the bid. Bids without Bid Bonds will not be considered.

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

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

A MANDATORY pre-bid conference will be conducted in the office of R. G. Miller En-gineers, Inc., 16340 Park Ten Place, Suite 350, Houston, Texas 77084, on Tuesday, March 31, 2015, at 10:30 a.m. EACH BIDDER MUST BE REPRESENTED AT THIS PRE-BID CONFERENCE. BIDS WILL NOT BE ACCEPTED FROM ANY BIDDER WHO IS NOT REPRESENTED AT THE PRE-BID CONFERENCE. NO PLANS SHALL BE ISSUED AFTER 5:00 P.M., TUESDAY, MARCH 31, 2015.

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

District No. 15, will be received in the office of Brown & Gay Engineers, Inc., 10777 Wes-theimer, Suite 400; Houston, Texas, 77042 (Phone: 281-558-8700) until 2:00 PM, Thursday, April 2, 2015, 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 Lift Station No. 1 for Harris County Improvements District No. 15, Harris County, Texas,”

Scope of Project:

1. Concrete wet well and valve vault construction2. Site Work – including on-site water service line, on-site force main, all weather access

driveway, fencing, and drainage 3. Submersible pumps and piping4. Associated electrical and controls

Bids received after the closing time will be returned unopened. A non-mandatory pre-bid conference will be held in the office of Brown & Gay Engineers, Inc. on Thursday, March 26, 2015 at 2:00 PM.

Plans, specifications and bid documents are available at www.civcastusa.com, search: 3096-00

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

NOTICE TO BIDDERSSealed bids, in duplicate, addressed to LGI Homes – Texas, LLC, will be received at the

office of the Engineer, Pape-Dawson Engineers, Inc., 10333 Richmond Ave., Suite 900, Hous-ton, Texas 77042, Phone 713-428-2400 (ext. 810) until 10:15 AM, local time, Tuesday, March 31, 2015 and then publically opened and read for the construction of the following projects:

“CONSTRUCTION OF WATER, SANITARY SEWER, AND DRAINAGE FACILITIES FOR

TRAILS AT SEABOURNE PARKE SEC 2”PROJECT NO. 40110-10

Scope of Work of the Contract includes:

1. Approx. 3,954 LF of 6-inch through 8-inch waterline and all appurtenances2. Approx. 3,666 LF of 8-inch through 10-inch sanitary sewer and all appurtenances3. Approx. 3,808 LF of 24-inch through 60-inch storm sewer pipe and all appurtenances

A mandatory pre-bid conference will be held at 10:15 AM, local time, Tuesday, March 24, 2015 at the office of the Engineer.

Instruction to Bidders and other bid documents will be available for review at the office of the Engineer and will be provided electronically to prospective bidders. Please contact Jordan Konesheck via email at [email protected] to obtain document download information.

The Owner reserves the right to reject any or all bids and to waive any informalities or minor defects. In case of the lack of clarity or ambiguity in prices, the Owner reserves the right to accept the most advantageous or reject the bid. All bids received after the closing time designated above will be returned unopened.

INVITATION TO BIDDERSSEALED PROPOSALS addressed to Cypress Creek Development Co. Limited on behalf

of Harris County Water Control and Improvement District No. 110 for Clearing and Grub-bing to serve Cypress Forest, LJA Job No. 1605-2113, will be received at the office of LJA Engineering, Inc., 2929 Briarpark Drive, Suite 320, Houston, Texas 77042, until 2:30 p.m., Tuesday, March 31, 2015 and then publicly opened and read aloud.

Copies of the Plans and Specifications may be obtained from the Engineer for a non-refundable fee of $90.00 per set ($50.00 for electronic copy).

Cypress Creek Development Co. Limited on behalf of Harris County Water Control and Improvement District No. 110 will hold a non-mandatory pre-bid conference at 2929 Bri-arpark Drive, Suite 320, Houston, Texas 77042, at 2:30 p.m., Tuesday, March 24, 2015. Cypress Creek Development Co. Limited on behalf of Harris County Water Control and Improvement District No. 110 reserves the right to reject any and all bids. The Successful Bidder, if any, will be the responsible Bidder which in the Board’s judgment will be most advantageous to the District and result in the best and most economical completion of the Project. (Texas Water Code 49.273)

Bid security in the form of bid bond or cashier’s check payable to Cypress Creek Develop-ment Co. Limited on behalf of Harris County Water Control and Improvement District No. 110 in an amount not less than five percent (5%) of the Bid submitted, must accompany each Bid.

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

website (www.civcastusa.com), or (ii) Paper copy in duplicate. Bids will be received by Har-ris County Municipal Utility District No. 449 at the office of the Engineer for the District, EHRA, 10555 Westoffice Drive, Houston, Texas until 3:30 p.m., Thursday, April 2, 2015, at which time all bids will be publicly opened and read for the construction of the project:

HARRIS COUNTY MUNICIPAL UTILITY DISTIRCT NO. 449WATER DISTRIBUTION, WASTEWATER COLLECTION,

FORCE MAIN AND STORM WATER FACILITIES TO SERVE VENTANA LAKES, SECTION TENPROJECT NO. 111-045-10 DST (J)

A mandatory Pre-Bid Conference will be held on Thursday, March 26, 2015 at 3:30 p.m., at the office of the Engineer for the District, EHRA, 10555 Westoffice Drive, Houston, Texas. Bids submitted by parties not attending the mandatory pre-bid conference will not be accepted or opened.

Project scope shall include the installation of approximately 6,200 LF of 4”-12” PVC wa-terline; 4,720 LF of 8”-15” PVC gravity sanitary sewer; 1,450 LF 8” force main; and 1,600 LF of 24”-36” RCP storm sewer. The project site is located on Harris Key Map No. 445 B&F.

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

Each Bid must be accompanied by a Certified or Cashier’s Check, from a responsible bank in the State of Texas, or a Bid Bond, issued by a surety legally authorized to do business in the State of Texas, equal to five percent (5%) of the total bid amount. Make the Cashier’s Check, Certified Check or Bid Bond payable to the Owner.

The Owner reserves the right to reject any or all bids or to accept any bid deemed advanta-geous to it and waive informalities in bidding. All bids received after the closing time above designated will be returned unopened.

ADVERTISEMENT FOR BIDSCITY OF HOUSTON

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

Project Name: Fulton Paving and Drainage From Tidwell Road To Parker Road

WBS Number: N-000542-0003-4Bid Date: April 2, 2015Project Location: This project is generally bounded by Parker Road on the

north, Tidwell Road on the south, Clark Road on the east and Airline Drive on the west.

Project Manager: Ivy Wang, P.E. Phone Number (832) 395-2247Estimated Construction Cost: $20,573,000.00Prebid Meeting: Tuesday, March 24, 2015, at 2:00 P.M., 16th Floor,

Conference Room No. 16-A (Outside Conference Room), 611 Walker, Houston, Texas 77002

Project Name: Cambridge Bridge Completions/CorrectionsWBS Number: N-000720-0002-4Bid Date: April 2, 2015Project Location: Cambridge Bridge is generally bounded by Holcombe

on the south, North MacGregor on the north, Mour-sund on the west and Brays Bayou on the east.

Project Manager: Stephen M. Campagna Phone Number (832) 395-2225Estimated Construction Cost: $370,518.00Prebid Meeting: Monday, March 23, 2015, at 1:00 P.M., 14th Floor,

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

Project Name: Neighborhood Sewer Systems ImprovementsWBS Number: R-002011-0065-4Bid Date: April 9, 2015Project Location: This project is located in two areas. The first area is

generally bound by Albans on the north, Swift on the south, Morningside on the east and Kirby on the west. The second area is generally bound by San Felipe on the north, W. Alabama on the south, Westcreek on the east and 610 West Loop FRWY on the west.

Project Manager: Robert C. Miles, P.E. Phone Number (832) 395-2330Estimated Construction Cost: $3,670,000.00Prebid Meeting: Tuesday, March 24, 2015, at 1:00 P.M., 16th Floor,

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

Project Name: Water Line Replacement in Gessner AreaWBS Number: S-000035-0154-4Bid Date: April 16, 2015Project Location: First Area: bounded by Gessner to the west, Sands Point

to the north, Burning Tree to the east and Bellaire to the south; Second Area: bounded Pella to the west, Bellaire to the north, Gessner to the east and Stroud to the south.

Project Manager: Venus Price, P.E. Phone Number (832) 395-2337Estimated Construction Cost: $3,228,792.00Prebid Meeting: Tuesday, March 24, 2015, at 10:00 A.M., 15th Floor,

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

Project Name: Clinton Drive Condition Assessment SupportWBS Number: S-000901-0008-4Bid Date: April 9, 2015Project Location: Clinton Drive from east of N Wayside Drive to Mascot

StreetProject Manager: Anh H. Hunter, P.E. Phone Number (832) 395-2393Estimated Construction Cost: $8,000,000.00Prebid Meeting: Tuesday, March 24, 2015, at 10:00 A.M., 16th Floor,

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

Project Name: LLPS Direct Connection and PRS at EWPPWBS Number: S-000902-0133-4Bid Date: April 16, 2015Project Location: East Water Purification Plant, 2300 Federal Road, City

of Galena ParkProject Manager: Arthur Morris, P.E. Phone Number (832) 395-2317Estimated Construction Cost: $10,274,832.00Prebid Meeting: Tuesday, March 24, 2015, at 11:00 A.M., 15th Floor,

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

Project Name: Southwest Pump Station Improvements Package IIWBS Number: S-001000-0047-4Bid Date: April 9, 2015Project Location: The project is located in Southwest Pump Station at

4410 Westpark DriveProject Manager: Rajinder Singh, P.E. Phone Number (832) 395-2321Estimated Construction Cost: $2,645,620.00Prebid Meeting: Tuesday, March 24, 2015, at 10:00 A.M., 15th Floor,

Conference Room No. 1546, 611 Walker Street, Hous-ton, Texas 77002

Project Name: Holcombe Drainage and PavingWBS Number: M-420126-0076-4Bid Date: March 26, 2015Project Location: The project area is generally bounded by Brays Bayou

on the north, Old Spanish Trail on the south, Hwy 288 (South Frwy) on the east and Almeda Road on the west.

Project Manager: Ellen S. Maas, P.E. Phone Number (832) 395-2217Estimated Construction Cost: $3,221,300.00Prebid Meeting: Tuesday, March 17, 2015, at 1:30 P.M., 16th Floor,

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

Project Name: FY2015 LDP Construction Work Orders #2WBS Number: M-420126-0088-4Bid Date: March 26, 2015Project Location: Citywide. The project location and limits will be deter-

mined and defined by each work orderProject Manager: Prasanna Chebbi Phone Number (832) 395-2331Estimated Construction Cost: $2,000,000.00Prebid Meeting: Tuesday, March 17, 2015, at 1:30 P.M., 14th Floor,

Conference Room No. 14-A (Inside), 611 Walker, Houston, Texas 77002

Project Name: Willowbrook WWTP ImprovementsWBS Number: R-000265-0104-4Bid Date: April 2, 2015Project Location: The Willowbrook Wastewater Treatment Plant is located

at 7101 W. Greens Road.

Project Manager: Tanu Hiremath, P.E. Phone Number (832) 395-2291Estimated Construction Cost: $4,829,000.00Prebid Meeting: Tuesday, March 17, 2015, at 10:30 A.M., 15th Floor,

Conference Room No. 1546, 611 Walker Street, Hous-ton, Texas 77002

Project Name: Water Line Replacement in Kickerillo AreaWBS Number: S-000035-0185-4Bid Date: April 9, 2015Project Location: The project is generally bounded by Memorial Drive on

the north, Buffalo Bayou on the south, N. Kirkwood Road on the east and Winter Oaks Drive on the west.

Project Manager: Mumtaz Baig, P.E. Phone Number (832) 395-2309Estimated Construction Cost: $3,936,235.00Prebid Meeting: Monday, March 23, 2015, at 11:00 A.M., 15th Floor,

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

Project Name: Rehabilitation and New Water Storage Tanks at Vari-ous Locations – Package 4

WBS Number: S-000600-0044-4Bid Date: April 2, 2015Project Location: District 142 EST-1 – 1703 West Bay Area Blvd.; District

175 GST-1 & HPT-1 – 1206 Arrow Hill; District 237 HPT-1 – 8755 Mills Road; Belleau Woods GST-1 & HPT-1 – 3422 White Deer; Brookfield GST-1 – 9007 Dairy View; Park Glen West GST-1- 10630 S. Kirk-wood and Kingwood No. 3 GST-2 – 8750 Mills Branch.

Project Manager: Rajinder Singh, P.E. Phone Number (832) 395-2321Estimated Construction Cost: $2,947,950.00Prebid Meeting: Tuesday, March 17, 2015, at 11:00 A.M., 15th Floor,

Conference Room No. 1536, 611 Walker Street, Hous-ton, Texas 77002

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

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

Except for S-000035-0154-4 and Project S-000035-0185-4, all projects are subject to the Hire Houston First program, which gives a preference to certain local Bidders in award of the contract. For more information, go to: http://www.houstontx.gov/obo/hirehouston-first.html.

For Projects S-001000-0047-4,R-000265-0104-4 and S-000600-0044-4 access to the project site is restricted. Bidders should review Document 00210-Supplementary Instructions to Bidders - for instructions.

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

Projects may contain City of Houston Standard Construction Specifications for Wastewa-ter Collection Systems, Water Lines, Storm Drainage, Street Paving, and Traffic sections that are incorporated into Project Manual by reference. These Standard Specifications, along with Standard Details, may be acquired at no cost on the City’s website at:

http://documents.publicworks.houstontx.gov/document-center/cat_view/88-engi-neering-and-construction/92-specifications/208-division-02-16-standard-specifications.html

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

Project S-000035-0154-4 and S-000035-0185-4, are expected to be funded in part by a loan from the Texas Water Development Board an agency of the State of Texas. Neither the State of Texas nor any of its departments, agencies, or employees is or will be a party to this Contract. Low Bidder(s) will be required to comply with the federal wage and payroll requirements issued by the U.S. Department of Labor under the Davis-Bacon and related Acts, as further described in Document 00806. This contract is subject to the Environmental Protection Agency’s (EPA) “fair share policy”, which includes EPA-approved “fair share goals” for Minority Business Enterprise (MBE) and Women Business Enterprise (WBE) firms. EPA’s policy requires that contractors make a good faith effort to award a fair share of subcontracts to Minority Business Enterprise and Women-Owned Business Enterprise firms. Although EPA’s policy does not mandate that 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 Stae of Texas are as follows: MBE 12.94% and WBE 8.72%.

Except for Project S-000035-0154-4 and S-000035-0185-4, bidders shall comply with City Ordinance 2013-0428, Chapter 15, Article V, City of Houston Code of Ordinances, as amended, and City of Houston Office of Business Opportunity Minority, Women, and Small Business Enterprise (MWSBE) Procedures. The Lowest Responsible Bidder will be required to demonstrate good faith efforts to achieve a MWSBE participation goal as stated in Document 00800 – Supplementary Conditions (Contract Goal) in accordance with Document 00808 – Requirements for the City of Houston Program for Minority, Women, and Small Business Enterprises and Persons with Disabilities Enterprises (PDBE).

It is unlawful for any Contractor to contribute or offer any contribution to a candidate for City elective office during a certain period prior to and following a contract award. Bidders should refer to Chapter 18, City of Houston Code of Ordinances for filing requirements and further explanation.Dated: (Publish Friday, March 13, 2015) Anna RussellCity Secretary

48 HOUSTON BUSINESS JOURNAL MARCH 13-19, 2015

Page 7: RECRUITMENT HIRING?media.bizj.us › view › img › 5321121 › hbjclass03132015.pdf · cover damages for personal injuries sustained by plaintiff in a collision in Harris County,

LEGALS

ADVERTISE YOURSTORAGE NOTICES call 713-395-9625

ADVERTISE YOURLEGAL NOTICES

CALL 713-395-9625

NOTICE TO CREDITORS

LEGALS

NOTICE TO CREDITORSNO. PR-0075560

NOTICE OF APPOINTMENT Notice is hereby given that Original Letters Testamentary for the Estate of RICHARD A. BLACK, SR., Deceased, were issued on January 29, 2015 in Cause No. PR-0075560 pending in the Probate Court of Galveston County, Texas to:

VELMA A. CLACK, Independent Executrix

All claims against the Estate of RICHARD A. BLACK, SR., Deceased, should be presented to Douglas A. Broch, Attorney at Law, 902-C S. Friendswood Drive, Friendswood, Texas 77546-5154.All persons having claims against this Estate which is currently being administered are re-quired to present them within the time and manner prescribed by law. DATED this 5th day of March, 2015. /s/ Douglas A. Broch, Attorney for the Estate.

NOTICE TO CREDITORSNO. 437530

NOTICE OF APPOINTMENT Notice is hereby given that Original Letters Testamentary for the Estate of BARBARA JONES WARD, Deceased, were issued on March 3, 2015 in Cause No. 437530 pend-ing in the Probate Court No. 1 of Harris County, Texas to:

JULIAN RUSSELL WARD, Independent Executor

All claims against the Estate of BARBARA JONES WARD, Deceased, should be pre-sented to: R. David Armstrong, Attorney at Law, 11107 McCracken Circle, Suite A, Cy-press, Texas 77429.All persons having claims against this Estate which is currently being administered are re-quired to present them within the time and manner prescribed by law. DATED this 5th day of March 2015. /s/ R. David Armstrong, Attorney for the Estate.

NOTICE TO CREDITORSNO. 437058

NOTICE OF APPOINTMENT Notice is hereby given that Original Letters Testamentary for the Estate of ALMA GLO-RIA GONZALEZ, Deceased, were issued on March 4, 2015 in Cause No. 437058 pend-ing in the Probate Court No. 2 of Harris County, Texas to:

ESTEBAN E. GONZALEZ, Independent Executor

All claims against the Estate of ALMA GLO-RIA GONZALEZ, Deceased, should be pre-sented to: Felix E. Salinas, Attorney at Law, 7016 Canal, Houston, Texas 77011.All persons having claims against this Estate which is currently being administered are re-quired to present them within the time and manner prescribed by law. DATED this 4th day of March, 2015. /s/ Felix E. Salinas, At-torney for the Estate.

NOTICE TO CREDITORSNO. 436393

NOTICE OF APPOINTMENT Notice is hereby given that Original Letters Testamentary for the Estate of WILLIAM WOODROW BYRD, Deceased, were issued on February 23, 2015 in Cause No. 436393 pending in the Probate Court No. 2 of Harris County, Texas to:

KAREN ANN BYRD, Independent Executor

All claims against the Estate of WILLIAM WOODROW BYRD, Deceased, should be presented to: J. J. Brown, VI, Attorney at Law, 38 Wilderness Trail, Suite 204, Friend-swood, Texas 77546.All persons having claims against this Estate which is currently being administered are re-quired to present them within the time and manner prescribed by law. DATED this 3rd day of March, 2015. /s/ J. J. Brown, VI, At-torney for the Estate.

NOTICE TO CREDITORSNO. 437076

NOTICE OF APPOINTMENT Notice is hereby given that Original Letters Testamentary for the Estate of FRANCES P. M. BYRNE, Deceased, were issued on March 4, 2015 in Cause No. 437076 pending in the Probate Court No. 2 of Harris County, Texas to:

THOMAS E. STOCKNER, II AND ANGELA M. LAZURE,

Co-Independent ExecutorsAll claims against the Estate of FRANCES P. M. BYRNE, Deceased, should be presented to: Craig Welscher, Attorney at Law, 1111 North Loop West, Suite 702, Houston, Texas 77008.All persons having claims against this Estate which is currently being administered are re-quired to present them within the time and manner prescribed by law. DATED this 10th day of March, 2015. The Welscher Law Firm /s/ Craig Welscher, Attorney for the Estate.

NOTICE TO CREDITORSNO. 437529

NOTICE OF APPOINTMENT Notice is hereby given that Original Letters Testamentary for the Estate of CHARLIE M. MILLS, Deceased, were issued on March 10, 2015 in Cause No. 437529 pending in the Probate Court No. 1 of Harris County, Texas to:

THIRY KINCAID, Independent Executor

All claims against the Estate of CHARLIE M. MILLS, Deceased, should be presented to: Robin L. Apostolakis, Attorney at Law, 1400 Woodloch Forest Dr., Suite 575, The Woodlands, Texas 77380.All persons having claims against this Estate which is currently being administered are re-quired to present them within the time and manner prescribed by law. DATED this 10th day of March, 2015. Gauntt, Earl & Binney, LLP /s/ Robin L. Apostolakis, Attorney for the Estate.

NOTICE TO BIDDERSSealed bids, in duplicate, addressed to LGI Homes – Texas, LLC, will be received at the

office of the Engineer, Pape-Dawson Engineers, Inc., 10333 Richmond Ave., Suite 900, Hous-ton, Texas 77042, Phone 713-428-2400 (ext. 810) until 10:00 AM, local time, Tuesday, March 31, 2015 and then publically opened and read for the construction of the following projects:

“CONSTRUCTION OF DETENTION BASIN FACILITIES FOR CHASE RUN DETENTION PHASE 2”

PROJECT NO. 40100-26

“CONSTRUCTION OF WATER, SANITARY SEWER, DRAINAGE, AND PAVING FACILITIES FOR CHASE RUN SEC 2”

PROJECT NO. 40100-20

“CONSTRUCTION OF WATER, SANITARY SEWER, DRAINAGE, AND PAVING FACILITIES FOR CHASE RUN SEC 3”

PROJECT NO. 40100-30

Scope of Work of the Contract includes:

1. Approx. 5,031 LF of 4-inch through 12-inch water line and all appurtenances2. Approx. 4,411 LF of 8-inch sanitary sewer and all appurtenances3. Approx. 3,187 LF of 15-inch through 36-inch storm sewer pipe and all appurtenances4. Approx. 32,700 CY of excavation for the basin5. Approx. 16,736 SY of concrete pavement

A mandatory pre-bid conference will be held at 10:00 AM, local time, Tuesday, March 24, 2015 at the office of the Engineer.

Instruction to Bidders and other bid documents will be available for review at the office of the Engineer and will be provided electronically to prospective bidders. Please contact Jordan Konesheck via email at [email protected] to obtain document download information.

The Owner reserves the right to reject any or all bids and to waive any informalities or minor defects. In case of the lack of clarity or ambiguity in prices, the Owner reserves the right to accept the most advantageous or reject the bid. All bids received after the closing time designated above will be returned unopened.

INVITATION TO BIDSealed bids, in duplicate, addressed to Malcomson Road Utility District will be

received at the office of the Engineer, Lockwood, Andrews, & Newnam, Inc. 2925 Briarpark Drive, 3rd Floor, Houston, Texas 77042, until 10:00 a.m., March 31, 2015, and then publicly opened and read for furnishing all labor, material and equipment and performing all work required for the construction of the following work:

Trails System Phase 3 Lakewood Grove West Detention Pond;Malcomson Road Utility District; Harris County, Texas;Project No. 120-11807-000-400

A mandatory pre-bid conference for prospective bidders will be held at the office of Lockwood, Andrews, and Newnam, Inc, 2925 Briarpark Drive, 3rd Floor, Houston, Texas 77042, on March 24, 2015, at 10:00 a.m. No person may represent more than one bidder at the pre-bid conference. If a person claims to represent more than one bidder at the pre-bid conference, the bid of each bidder so represented will be returned unopened. Each bid shall be accompanied by a bid bond, cashier’s check or certified check in the amount equal to ten percent (10%) of total base bid. If certified or cashier’s check is used as bid security, check must be drawn on a responsible bank located in the State of Texas and made payable to Owner only.

Drawings and specifications may be obtained from the Project Engineer, Lockwood, Andrews & Newnam, Inc., 2925 Briarpark Drive, Houston, Texas 77042, (713) 266-6900, upon payment of $40.00 for each set of bid documents. This charge is non-refundable. Bid Documents will be mailed for an added charge of $15.00. Said documents may be examined without charge at the office of Lockwood, Andrews & Newnam, Inc.

The Owner reserves the right to waive any informalities or minor defects and to reject any or all bids. In case of the lack of clarity or ambiguity in prices, the Owner reserves the right to accept the most advantageous or reject the bid. The successful bidder will be required to provide payment and performance bonds in the amount of one hundred percent (100%) of the contract price.

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

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

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

Invitation To Bid – Sealed bids will be received in the Office of the City Secretary, City Hall Annex, Public Level, 900 Bagby, until 10:30 A.M., on the bid due date, and all bids will be opened and publicly read in the City Council Chamber, Public Level, at 11:00 A. M.

All interested parties are encouraged to attend any scheduled pre-bid and/or pre-proposal conference(s). Unless other wise specified, all conference(s) will be held at 901 Bagby, Hous-ton, TX 77002 in the basement of City Hall. It is the interested party’s responsibility to ensure they have secured and thoroughly reviewed all solicitation documents prior to any scheduled conference(s). Interested parties can download all forms, and specifications from the Internet at https://purchasing.houstontx.gov/. Downloading these documents will en-sure all interested parties will automatically receive any updates via e-mail. Interested parties can call (832) 393-8762 for additional information.

BIDS DUE – APRIL 2, 20151. Spay and Neutering Services for the City of Admin and Regulatory Affairs Dept.– S19-

L25375– 0% MWBE Goal - Pre-Bid Conference will be held on Monday March 23, 2015 at 1:00 P.M.- SPD Conference Rm 2.

BIDS DUE – APRIL 9, 20152. Water Loss Audit-Revenue Enhancement Structure for the City of Houston Public

Works & Engineering Department. – S10-T25370– 11% MWBE Goal - Pre-Bid Con-ference will be held on Tuesday March 24, 2015 at 9:00 A.M.- SPD Conference Rm 1.

3. Chemical, Aqua Ammonia the City of Houston Public Works & Engineering De-partment. – S12-S25123– 11% MWBE Goal - Pre-Bid Conference will be held on Wednesday March 25, 2015 at 10:00 A.M 2805 McKinney, Houston, TX, 77003.

2nd NOTICE OF INTENTION TO INTRODUCE A BILLIN THE LEGISLATURE OF TEXAS

Notice is hereby given of the intention to introduce a bill in the Regular Session of the 84th Regular Session of the Legislature of Texas to create East Lake Houston Management District. The district will be created as a special district under and pursuant to the provisions of Section 59, Article XVI, Texas Constitution, and pursuant to the power of the Legislature to create special government agencies and districts for the purposes of constructing, financing and operating public infrastructure and improvements within and outside the district and promoting the economic development of the State of Texas, portions of the City of Houston, the Houston ETJ, Harris County and neighboring communities.

GENERAL BOUNDARY DESCRIPTION (Mar. 9)East Lake Houston District is comprised of four tracts in northeast Harris County within

the City of Houston Full Purpose and Extra-Territorial Jurisdictions (ETJ) with Tract 1 being +/- 137 acres located on the east shoreline of Lake Houston and southwest of intersection of Old Atascocita and Crosby Huffman (Farm-to-Market Road 2100) Roads. Tract 2 is +/- 111 acres located at northeast intersection of Broze and FM 1960 (Humble Westfield) Roads in the City of Houston ETJ. Tract 3 is +/- 98 acres located west of  intersection of Cypresswood Drive and Cypresswood Point Avenue in the City of Houston ETJ. Tract 4 is +/- 57 acres located due north of intersection of Rayford and FM 1960 (Humble-Westfield) Roads in northeast Harris County, within the City of Houston ETJ. THIS NOTICE is given in accordance with the requirements of Section 59(d), Article XVI, Texas Constitution.

For more information or to obtain a copy of the proposed bill, including a metes and bounds description of the land to be included in the District, please type the following link into your internet browser:www.txspecdist.net/2015/eastlakehouston/

After you review the information above, if you still have questions, please call either Natali Lacasa or Bill Calderon at:

Hawes Hill Calderon, LLP9610 Long PointSuite 150Houston, Texas 77055713-595-1200or by Email at either:[email protected]. or [email protected].

REQUEST FOR QUALIFICATIONS FOR ENGINEERING SERVICESNEW ROADWAY

ROGERDALE TO SAM HOUSTON BELTWAY 8 SB FRD

The Southwest Houston Redevelopment Authority (SHRA) intends to enter into a con-tract for professional engineering and surveying services for preliminary engineering and de-sign services in support of an unnamed roadway project located approximately 600-ft north of Bellaire Blvd and west of Beltway 8 (BW 8). The project consists of: Evaluation and Design for expansion of an existing access road improvements, including paving and drainage design. The project limits are from Rogerdale Road to BW 8 SB Frontage Road approximately 650-ft in length. The mobility and traffic engineering design shall consist of internal circulation within the Commercial Park and future access to the BW 8 SB FRD including recommendations for surface infrastructure improvements. The consultant shall investigate, verify and define reported traffic conditions and conduct a traffic impact analysis (TIA) study adhering to the COH criteria and obtain COH approval. The engineer shall review existing right-of-way and lane configuration in comparison to the current COH Major Thoroughfare Plan. The engineer shall develop design of street improvements in conformance with the City’s mobility model, and consistent with Access Management improvements conforming to TxDOT guidelines. The engineer shall submit a report of the study findings. The work shall include, but not be limited to agency coordination, data gathering, schematic design and preparation of a prelimi-nary engineering report. Roadway and Drainage design shall follow the latest edition of COH design manual with consideration for other agencies connecting to the project area.

The drainage design of this project shall accommodate the existing conditions upstream and downstream of the project limits to identify any drainage issues associated with storm system outfall capacity and provide feasible solutions to avoid structural flooding within the project drainage area boundary. The engineer shall develop an existing condition model of the project drainage area to properly evaluate the design for (2-year) and extreme (100-year) rain-fall events. The engineer shall perform hydraulic and hydrologic models utilizing XPSWMM modeling computer software and recommend a drainage solution that meets City of Houston (COH) criteria and acceptable to HCTRA/TxDOT. The engineer shall develop a proposed condition drainage design to properly evaluate the design (2-year) and extreme (100-year) rainfall events.

Notwithstanding the Engineer’s understanding of the standard City of Houston contract documents, the SHRA will expect these BASIC SERVICES to be part of the Engineer’s service:

A. The Engineer shall manage the efforts of the Project team members and Consul-tants, assign manpower, delegate responsibilities, review work progress, monitor conformance to the scope regarding the budget and schedule, and otherwise direct the progress of the work.

B. Periodic meetings shall be held to review the progress of the engineering effort, or to address other issues which may arise. The SHRA may initiate meetings that include the Engineer and his Consultants, and if necessary, the City of Houston and other ap-plicable parties. The Engineer shall prepare and deliver meeting record memorandum of decisions and action items to the SHRA within 2 working days after each meeting.

C. The Engineer shall notify the SHRA immediately of any deviation from the Scope of Engineering Services and Fee. The Engineer shall not perform services outside of the Contract scope without an Amendment to this Contract.

D. Route all written communication with regulatory agencies, neighborhood associa-tions, and City of Houston through the SHRA.

E. Submit invoices according to the guidelines set forth under the standard City of Houston Professional Services Agreement to document and present the current status of each milestone noted within the Project Schedule, to record activities and deliver-ables completed within the month, and to note activities planned for next month.

F. Coordinate and obtain required approval and fulfill any permit requirements from Texas Department of Transportation (TxDOT), Harris County Flood Control Dis-trict (HCFCD), Harris County Toll Road Authority (HCTRA), Metropolitan Transit Authority of Harris County (METRO), U.S. Army Corp of Engineers (USACE), Harris County Public Infrastructure Department (County), Floodplain Management Office (FMO) and / or pipeline companies.

To qualify for the selection, the submitting firm must have a professional engineer, regis-tered in Texas, who can sign and seal the work to be performed on the contract.

To be considered for evaluation, firms should submit a specific statement of qualifications (SOQ) for the project. The submittal shall include a transmittal letter. Following the transmit-tal letter shall be a one page letter from each sub-consulting firm proposed in the submittal indicating that firm’s desire to be included and indicating a general statement of the scope of services that the sub-consultant will perform if the submitting firm is selected. A copy of the submitting firm’s response to questionnaire pertaining to “conflict of interest” submitted to the SHRA c/o Hawes Hill Calderon, LLP. The Conflict of Interest Questionnaire is avail-able for downloading on the Texas Ethics Commission’s Web site at: http://www.ethics.state.tx.us/forms/CIQ.pdf the completed Conflict of Interest Questionnaire will be posted on the Greater Sharpstown Management District found at http://sharpstowndistrict.com. It is the submitting firm’s responsibility to submit the latest version of the CIQ form as promulgated by the Texas Ethics Commission. The length of submittal document shall not exceed 15 pages (single sided 8 ½ x11 pages) Font: 11pt Arial, Line Spacing: 1.5, not including current copies of the firm’s PWE 100 forms.

The qualifications shall include:

• Specific technical capabilities of the firm(s) for the projects(s); including capability to perform hydrodynamic storm water drainage analysis. • Specific technical capabilities of the firm(s) for the project(s); include capability to prepare design in accordance with TP 100 Storm Sewer Design Applications for CIP projects; • Prior demonstrated experience in accomplishing similar projects, including previous work done with a TIRZ; • Demonstrated timeliness on similar projects; • Demonstrated ability to find cost saving/cost effective solutions; • Examples of effective services rendered during the construction phase of projects engineered by the firm; • Specific qualifications of employees intended to be assigned on the project(s); • Identification and qualifications of sub-consultants intended to be used on the project(s), • Demonstrated ability to fulfill MWBE goals (24%)

The SHRA Executive Director, and a sub-committee of directors from the SHRA Board of Directors, will review the submittals and recommend the most highly qualified submitting firms for selection. The PWE100 Form and previously completed engineer evaluations on file will be used along with the submittal document for evaluating each submitting firm’s qualifi-cation. Deadline: Eight (8) copies of a letter of interest notifying Authority of the provider’s intent to be considered for these professional services, including qualifications and accompany-ing statements shall be addressed to: Hawes Hill Calderon, LLP, ATTN: Richard Rodriguez, Assistant Executive Director, Southwest Houston Redevelopment Authority, 10103 Fondren, Suite 300, Houston, TX 77096, and will be received until 4:00PM (CST) by April 30, 2015. Please submit qualifications in a sealed envelope and clearly identify the RFQ and firm name on the outside of the envelope. Any submissions received after this time will not be considered.

MARCH 13-19, 2015 HOUSTON BUSINESS JOURNAL 49