Unfortunately, the listing you're looking for is no longer available.
Similar Listings
The City of Austin Online Vendor Registration & Solicitation Advertising details & document packages are available at this website: https://financeonline.austintexas.gov/afo/account_services/solicitation/solicitations.cfm. Solicitations may be required to document efforts to solicit MBE/WBE or DBEs to comply with the City's MBE/WBE ordinance. If required, details will be included in the solicitation package. For more information, contact Austin Small & Minority Business Resources at 512-974-7600.
Responses to all AFS-Central Procurement solicitations must be received prior to the date & time indicated in the solicitation. Responses must be submitted electronically online in the City's financial services website (https://financeonline.austintexas.gov).
A. CONSTRUCTION SERVICES ADVERTISEMENTS.
1) BARKLEY MEADOWS 24-INCH TRANSMISSION MAIN (CIP), IFB 6100 CLMC1142, offers due prior to 2:00P on 4/9/26.
B. GOODS & SERVICES ADVERTISEMENTS.
1) STATE & FEDERAL LOBBYISTS, RFP 4200 BRS3011, offers due prior to 2:00P on 4/14/26.
2) POWER & PRESSURE WASHING & PARKING LOT CLEANING SERVICES, IFB 5000 ALD1020, offers due prior to 2:00P on 4/16/26.
3) RENTAL OF ODOR CONTROL CARBON UNITS, IFB 2200 CSH1058, offers due prior to 2:00P on 4/14/26.
4) RFP FOR ATX FLOODS.COM, RFP 6300 PLS3021, offers due prior to 2:00P on 4/7/26.
5) 2022-2025 STREET IMPACT FEE AUDIT, RFQS 6200 KKV4000, offers due prior to 2:00P on 4/21/26.
6) RECYCLING PROCESSING SERVICES FOR NON-CURBSIDE COLLECTIONS, IFB 1500 MHR1016, offers due prior to 2:00P on 4/23/26.
7) MATTRESSES & BOX SPRING SETS & BED FRAMES, IFB 8300 DCG1033, offers due prior to 2:00P on 4/23/26.
March 23 2026
IPLAAS0131401
Show more » Integral Care is currently soliciting proposals through a Request for Proposals (RFP) process for Banking, Treasury, and Cash Management Services. RFPs may be requested electronically, by contacting Christina Lundy at procurement@integralcare.org or (737) 424-4349 beginning March 19, 2026. The deadline to submit a proposal under the RFP is 5 p.m. CDT on May 7, 2026. Historically Underutilized Businesses, including Minority-Owned Businesses and Women-Owned Businesses, are encouraged to apply.
Publication Dates
IPLAAS0131434
Show more » NOTICE TO BIDDERS
Pursuant to the provisions of Texas Government Code, Section 2269.101, the City of Round Rock intends to select a prime contractor by using the Competitive Bidding Method for the project titled New Flagpoles at Round Rock Police Department, as generally described herein. Sealed bids for providing and installing three (3) new aluminum 30-foot tall flagpoles, and removal and disposal of three (3) existing 30-foot flagpoles will be received until April 20, 2026, at 3 P.M. Bids must be submitted electronically through the City of Round Rock's procurement portal, Bonfire, at: https://roundrocktexas.bonfirehub.com.
March 29, April 5 2026
IPLAAS0131758
Show more » RFP 814286 Mystery Rider Program
CAPMETRO SOLICITATION NOTICE
Solicitation packages are downloadable via, CapMetro.org, under Business – Purchasing – Current Solicitations. Check our website often for updates. For more information, contact the Procurement Department at 512.389.7460, CapMetro, 2910 E. 5th St., Austin, TX 78702.
RFP 814286
Mystery Rider Program
Pre-Proposal Conference: March 30, 2026, at 10:00 a.m.
Offers Due: April 20, 2026, prior to 3:00:00 p.m.
March 25, April 1 2026
IPLAAS0131858
Show more » The Capital Area Council of Governments (CAPCOG) is soliciting proposals from interested and qualified parties for a learning management system (LMS) to support CAPCOG's Regional Law Enforcement Academy (RLEA) training operations and other training courses offered by CAPCOG.
A complete RFP packet and schedule is at www.capcog.org/about/do-business-with-us/. Contact Andrew Hoekzema at ahoekzema@capcog.org about this RFP. Proposals must be submitted by email to ahoekzema@capcog.org by noon, Friday, April 10, 2026.
March 24, 31 2026
IPLAAS0131901
Show more » Record Retention
"The Pflugerville Independent School District will open Proposals for:
"Record Retention"
RFP 26-021NA
on Thursday, May 21, 2026 @ 2:00 p.m.
All proposals may be completed and submitted online through:
Bonfire portal: click this link:
https://pfisd.bonfirehub.com/projects/223329/details
Proposals is posted on the PFISD website at: www.pfisd.net."
Regards,
Nicole Ayer
Coordinator of Procurement
Pflugerville ISD
March 30, April 6 2026
IPLAAS0132060
Show more » INVITATION FOR BIDS
CBD No. 5742
This Invitation for Bids is for construction of SADDLEBACK AT SANTA RITA RANCH PHASE 2, SECTION 4. The work generally consists of Streets Excavation, Drainage, Water, Wastewater and Erosion Control Improvements (the "Project"). Sealed Bids should be addressed to Pulte Homes Of Texas, LP, ("Owner"), on behalf of the Williamson County Municipal Utility District (WCMUD) No. 19H (the "District"). Bids will be received at the office of the Project Engineer, Attn: Steven Cates, Carlson, Brigance & Doering, Inc. (CBD, Inc.), 5701 W. William Cannon Drive, Austin, TX 78749, 2nd Floor Conference Room, Thursday, April 23, 2026 for a public bid opening at 2:00 p.m., where proposals will be opened and read aloud. Any Proposals received after the closing time will be unopened. In addition to submitting hard copy bids, a thumb drive containing electronic bid documents and excel pricing spreadsheet is required.
Bid documents for this project will be available for purchase from the office of the Project Engineer-CBD, Inc. A non-refundable purchase fee of $125.00 will be charged. The Dropbox documents will contain CAD files, pdf set of plans and bid documents. Make checks payable to Carlson, Brigance and Doering, Inc. Only those checks received will have their bids considered.
A Mandatory Pre-Bid Conference will be held at 2:00 p.m. on Thursday, April 9, 2026 at CBD, Inc., 2nd Floor Conference Room, 5701 W. William Cannon Drive, Austin TX 78749. All questions, clarifications and requests regarding the project must be received in writing via email to Rob Hesley rob@cbdeng.com, and received no later than 12:00 p.m., April 20, 2026. Any requests received after said time and date will not be addressed.
A Cashier's Check, Certified Check or Bid Bond payable to Pulte Homes Of Texas, LP, in an amount not less than 5% of the total bid must accompany each Bid as a guarantee that, if awarded the contract, the bidder will within ten (10) days of the award of the contract, enter into a contract and furnish an acceptable Performance and Payment Bond in the amount of 100% of the Contract price required by WCMUD 19H, and Williamson County. The Bidder's surety will be forfeited and become the Owner's property should the bidder fail to enter into a contract and furnish bonds acceptable to the Owner within 10 days after award of the contract.
The Pre-Qualification Statement included in the proposal packet and as required by Williamson County M.U.D. No. 19H shall be completed in its entirety and submitted as part of the proposal. Any proposal lacking the Pre-Qualification Statement will not be considered.
No Proposals shall be withdrawn for a period of 120 days after the opening of the bids. The Owner reserves the right to reject any or all Bids and to waive all defects and irregularities in bidding. The Successful Bidder, if any, will be the responsible Bidder which in the Owner's judgment will be most advantageous to the District and result in the best and most economical completion of the Project.
Contractor will provide to Pulte Homes of Texas, LP ("Owner") a maintenance bond for 10% of constructed drainage improvements cost within the subdivision that will remain in force for two (2) years from the date of acceptance by Williamson County. Contractor will provide the City of Liberty Hill a maintenance bond for 20% of the wastewater improvements construction cost that will remain in force for one (1) year from the date of acceptance. The Contractor will provide to the City of Georgetown a maintenance bond for 10% of the water improvements construction cost within the subdivision that will remain in force for two (2) years from the date of acceptance. Contractor will provide to Williamson County M.U.D. No. 19H, a maintenance bond for 10% of the streets excavation, drainage, water and wastewater improvements construction cost that will remain in force for one (1) year from the date of acceptance.
Prevailing Wage Rates, in accordance with Government Code 2258 are applicable to this project.
Publication Dates
IPLAAS0132065
Show more » Lake Pointe Vista Pointe Park :: Bid Notice
NOTICE TO BIDDERS
LAKE POINTE MUNICIPAL UTILITY DISTRICT
VISTA POINTE PARK PROJECT
Sealed Bids, in envelopes addressed to Lake Pointe Municipal Utility District ("Owner"), c/o KFM Engineering and Design ("Engineer"), 1301 S. MoPac Expwy., Suite 150 Austin, Texas 78746, will be received at the above mentioned address until 10:00 AM., May 8, 2026, and then publicly opened and read, for furnishing all plant, labor, material and equipment and performing all work required for the construction of Owner's Vista Pointe Park Project (the "Project").
Qualification forms are included in the specification documents and must be returned to the Owner no later than the day of the pre-bid conference to be held at the office of the Engineer at 10:00 a.m. May 1, 2026. Attendance at the pre-bid conference is mandatory and bids will be accepted only from pre-qualified bidders who attend the pre-bid conference. Any other proposals received by the Owner will not be considered.
Bids will be submitted in sealed envelopes for the project on the proposal furnished, and marked in the upper left-hand corner:
"Bid for Vista Pointe Park Project to be opened at 10:00 AM., May 8, 2026.
An acceptable form of bid security payable to Lake Pointe Municipal Utility District, in an amount not less than five percent (5%) of the bidder's proposal, must accompany each proposal as a guarantee that if awarded the Contract the bidder will enter into a contract and execute necessary bonds within ten (10) days of award of the Contract. The bid security must be issued by a solvent surety authorized to do business in the State of Texas and acceptable to Owner. Proposals submitted without acceptable bid security will not be considered. Bid security will be administered as stated in the "Instructions to Bidders" for the Project.
The successful bidder will be required to execute performance and payment bonds on the forms furnished by the Owner and in the amount of one hundred (100%) percent of the contract price. Payment and performance bonds must be issued by a solvent corporate surety company authorized to do business in the State of Texas or other surety or sureties approved by the Owner, with approval prior to be secured prior to bid opening. A maintenance bond in the amount of ten (10%) percent of the contract price will also be required. Minimum insurance requirements are as stated in the General Conditions of the Agreement, a copy of which is included in the bidding documents.
The Owner reserves the right, as the interests of the Owner may require, to reject any and all bids, and to waive any and all formalities, technicalities, minor defects or irregularities in bids received or bidding process except time of submitting bid. The Owner further reserves the right to determine which bid(s) are most advantageous to the Owner and to award the contract on this basis. No bid may be withdrawn for a period of ninety (90) days after opening of the bids. If a submitted bid is withdrawn within said period, bid guaranty shall become the property of the Owner, not as penalty, but as liquidated damages, or Owner may pursue any other action allowed by law. Final completion of the Project must occur within one hundred twenty (120) days after issuance of a notice to proceed, subject to appropriate extensions as permitted under the Contract Documents.
Electronic copies of the plans, specifications, and bidding documents may be obtained, free of charge, by registering and accessing the project on www.CivCastUSA.com.
Bidders should carefully examine the Plans, Specifications and other documents, visit the site of work, and fully inform themselves as to all conditions and matters which can in any way affect the work or the cost hereof. Should a bidder find discrepancies in, or omissions from the Plans, Specifications, or other documents, or should be in doubt as to their meaning, he should notify the Engineer, KFM Engineering and Design, and obtain clarification prior to submitting any bid. The Bid includes an alternate bid item as set forth in the bid documents.
Advertised in the Austin American Statesman:
Friday, March 27, 2026
Friday, April 3, 2026
Please send Publisher's Affidavit to:
KFM Engineering and Design
Attn: Chris Bodine
1301 S. MoPac Expwy., Suite 150
Austin, Texas 78746
ADVERTISEMENT SUMMARY
OWNER: Lake Pointe Municipal Utility District
LOCATION: Austin, Texas
PROJECT TITLE & TYPE: Vista Pointe ParkLake Pointe Vista Park
BID SECURITY: 5% Bid Bond
PERFORMANCE BOND: 100%
PAYMENT BOND: 100%
MAINTENANCE BOND: Required Two Years
PLANS AVAILABLE AT: https://www.civcastusa.com/
MANDATORY PRE-BID MEETING: 10:00 AM., May 1, 2026 January 23, 2026
Bidders may call in for the pre-bid conference via Microsoft Teams:
Meeting ID: 235 626 990 720 02
Code: LG2SX7Gx
Link: https://teams.microsoft.com/meet/23562699072002?p=YQtFQQeLkKISUcDtxZ
OPENING TIME: 10:00 AM., January 26, 2026May 8, 2026
Bidders may call in for the public opening of sealed Bids via Microsoft Teams:
Meeting ID: 292 427 736 186 67
Code: JD9u8Lr2
Link: https://teams.microsoft.com/meet/29242773618667?p=ci7wOBJ6yzd63rslTz
OPENING PLACE:
KFM Engineering and Design
1301 S. MoPac Expwy, Suite 150
Austin, Texas 78746
(512) 762-6560
March 27, April 3 2026
IPLAAS0132230
Show more » CITY OF LAKEWAY INVITATION TO BID
NO. 26-1004
INTERSECTION IMPROVEMENTS
HIGHLANDS BLVD AND TAVISH TRAIL AND BEE CREEK ROAD
The City of Lakeway is seeking a qualified Contractor who shall provide all labor, materials, machinery, tools, supplies, equipment, supervision, and incidentals necessary to perform Intersection Improvements at Highlands Blvd at Tavish Trail and Bee Creek Road, Lakeway, Texas.
The Work consists of the installation of a Pedestrian Hybrid Beacon and raised crosswalks at the intersections of Highlands Blvd and Tavish Trail, and Highlands Blvd and Bee Creek Road.
Sealed Bids will be received at City of Lakeway, City Hall, 1102 Lohmans Crossing Rd, Lakeway, Texas 78734 until 2:00 p.m. on Wednesday, April 29, 2026. Any Bids received after the closing time will not be accepted for consideration and will be returned unopened.
A non-mandatory pre-bid conference will be held on Thursday, April 8, 2026, at 9:00 a.m. at City of Lakeway, City Hall, 1102 Lohmans Crossing Rd, Lakeway, Texas 78734. The pre-bid conference will give potential Bidders the opportunity to ask questions and learn more about the bid documents.
Virtual pre-bid conference information will be posted on the City of Lakeway Purchasing Website.
All Bids must be clearly marked on the outside with the following: "ITB No. 26-1004 - Intersection Improvements at Highlands Blvd at Tavish Trail and Bee Creek Road, Lakeway, Texas. Solicitation documents may be obtained free of charge through the City's website at https://www.lakeway-tx.gov/bids.
March 27, April 1 2026
IPLAAS0132363
Show more » Lake Travis ISD will be accepting proposals electronically for RFP 26-011 Registration Platform. Bids due at 2:00pm on April 17, 2026. Proposals may be submitted by logging into the Districts electronic website: ltisdschools.ionwave.net.
March 27, April 3 2026
IPLAAS0132398
Show more »