Cash Construction Company, Inc. is soliciting Disadvantaged Business Enterprise participation certified through the Texas Unified
Certification Program for the following City of Round Rock project:
Gattis School Road Segment 6
Federal Aid Project #: STP 2021(685) MM
CSJ: 0914-05-196
BID DATE AND TIME: 09/25/25 @ 2:00PM
QUOTES ARE DUE NO LATER THAN 10:00AM on 09/23/25.
Contact Cristina Martinka at 512-251-7872 or Cristina.Martinka@cashconstruction.com for detailed information on available scopes of work, how to review plans and specifications, bonding and insurance requirements, required qualifications, and the relevant terms and conditions of the contract.
September 12, 14, 17 2025
IPLAAS0100817
Show more »
ADVERTISEMENT FOR PROPOSALS
The CITY OF CEDAR PARK (OWNER) will receive COMPETITIVE SEALED PROPOSALS for the
2025 Lift Station Improvements (Lobo Street and Deer Creek) and VFD Relocations Project until 2:00 PM local time on October 9, 2025 at the City of Cedar Park Public Works, 2401 Brushy Creek Loop, Building 1, Cedar Park, Texas 78613. The PROPOSALS shall be sealed and addressed to:
City of Cedar Park Attn: Mika Stutts, P.E.
2401 Brushy Creek Loop, Building 1 Cedar Park, Texas 78613
The PROPOSALS will be publicly opened and read aloud at the City of Cedar Park Public Works on October 9, 2025 at 2:00 PM local time. PROPOSALS received after this time will not be accepted.
PROPOSALS are invited for the items and scope of work as follows:
The successful respondent shall provide construction services for various civil, electrical, and site improvements at the Lobo Street and Deer Creek lift stations as well as the relocation of variable frequency drives (VFD) at the Cedar Park Wastewater Treatment Plant. The Project includes all labor, materials, and equipment required to perform the specified improvements.
Instructions to Proposers, Proposal Forms, Specifications, and Contract Documents may be examined or obtained electronically beginning September 11, 2025 at www.civcastusa.com (Project Name = "2025 Lift Station Improvements (Lobo Street and Deer Creek) and VFD Relocations") or for viewing only at 2401 Brushy Creek Loop, Building 1, Cedar Park, Texas 78613.
Construction services for this project will be selected through competitive sealed proposals in accordance with Chapter 2269, of the Texas Government Code. The City will evaluate and rank the contractors based on the following selection criteria: 20% Contractor Relevant Experience and References, 50% Cost Proposal, 20% Schedule and Approach, and 10% Familiarity, Availability, and Proximity. The City shall select the contractor that offers the best value as determined by the selection criteria and ranking evaluation. The estimated total construction budget for this project is $3.1M.
Each PROPOSAL must be accompanied by Proposal Security made payable to OWNER in an amount of five percent (5%) of PROPOSER's total amount Proposal and in the form of a certified or cashier's check or a Bond issued by a surety meeting the requirements of Paragraph 6.01 of the General Conditions.
General contractors are invited to attend a MANDATORY pre-proposal conference for this project. The pre-proposal conference will be held on September 30, 2025 at 10:00
a.m. local time at 2401 Brushy Creek Loop, Building 1, Cedar Park, Texas 78613. An optional site visit to the Deer Creek Lift Station (2801 Copford Ln Cedar Park, TX 78613) and Lobo Street Lift Station (near 313 Lollipop Ln, Cedar Park, TX 78613) will take place after the pre-proposal conference.
During the pendency of this RFP, Proposer shall not contact any City staff except those designated herein this RFP or subsequent addendums or correspondence. Any questions or concerns should be submitted via the Civcast website after the PRE-PROPOSAL meeting and at least five (5) business days prior to the Due Date (on or before Thursday, October 2, 2025).
City of Cedar Park Cedar Park, Texas
September 11, 18, 25 2025
IPLAAS0100829
Show more »
NOTICE TO BIDDERS
CONTRACT DOCUMENTS AND SPECIFICATIONS
WOODLAKE TRAILS 212,000 GALLON GST REHAB
FOR
TRAVIS COUNTY WCID NO. 18
SCOPE OF WORK: Travis County WCID No. 18 will accept sealed bids for the selection of materials, repairs, inspection, testing, cleaning, and coating on a bolted galvanized steel tank and is intended to supplement the minimum requirements of the applicable codes. The Work to be performed includes the Complete Interior rehabilitation of a 212,000-gallon Ground Storage Tank at Woodlake Trails, located at 9902 1/2 Woodlake Cove, Austin, Texas and owned by WCID No. 18 and operated by Crossroads Utility Services. The Contractor shall be responsible for all labor, materials, and equipment necessary for the repairs, coating and disinfection of the interior tank surfaces. The work of this section includes the sediment removal, cleaning, repairs, modifications, surface preparation and coating of the specified surfaces.
RECEIPT OF BIDS: Sealed bids in envelopes are due at the Office of the Engineer: Burgess & Niple, Inc. located at 235 Ledge Stone Drive, Austin, Texas 78737, (512) 432-1000 no later than 3:00 p.m. on Thursday, September 25, 2025, at which time the bids for the Project Contract will be opened and read aloud. The OWNER reserves the right to waive all informalities and irregularities, and determine which Bids are most advantageous to the Project, and to award the Contract on this basis.
INFORMATION AND BIDDING DOCUMENTS: Hard copies and/or electronic copies of Bid Documents and Plans may be obtained from Burgess & Niple, Inc. by contacting Maggie Savage at maggie.savage@burgessniple.com or at 512-432-1000, during regular business hours: 7:30 a.m. to 5:30 p.m., Monday through Thursday, and 8:00 a.m. to 12:00 p.m., Fridays.
BONDS: Performance, payment, and warranty bonds shall each be issued in an amount equal to 100% of the Contract Amount as security for all the CONTRACTOR's obligations under the Contract Documents.
INSURANCE REQUIREMENTS: Bidders shall maintain insurance in the types and amounts indicated the Contract Documents.
BID GUARANTY: All Bids must be accompanied by a Bid security made payable to Owner in an amount of five percent (5%) of Bidder's maximum Bid price and in the form of a cashier's check made payable to Travis County Water Control and Improvement District No. 18, or a Bid Bond issued by a surety.
PRE-BID CONFERENCE: A non-mandatory pre-bid conference will be held via Microsoft Teams at 11:00 a.m. on Thursday, September 18, 2025. Representatives of the Owner and Engineer will be present to discuss the PROJECT. Contact Maggie Savage at maggie.savage@burgessniple.com to receive meeting information.
BIDDER REQUIREMENTS: The Contractor performing the installation of equipment at the storage tank sites shall have a minimum of five (5) years of experience in this type of construction and five (5) projects of similar size and scope.
September 11, 18 2025
IPLAAS0100319
Show more »
NOTICE TO BIDDERS
CONTRACT DOCUMENTS AND SPECIFICATIONS
48,000 GALLON CLEARWELL TANK REHAB
FOR
TRAVIS COUNTY WCID NO. 18
SCOPE OF WORK: Travis County WCID No. 18 will accept sealed bids for the selection of materials, repairs, inspection, testing, cleaning, and coating on a bolted galvanized steel tank and is intended to supplement the minimum requirements of the applicable codes. The Work to be performed includes the Complete Interior rehabilitation of a 48,000-gallon Clearwell Tank at the water treatment plant, located at 9705 Bal Harbor Rd., Austin, Texas and owned by WCID No. 18 and operated by Crossroads Utility Services. The Contractor shall be responsible for all labor, materials, and equipment necessary for the repairs, coating and disinfection of the interior tank surfaces. The work of this section includes the sediment removal, cleaning, repairs, modifications, surface preparation and coating of the specified surfaces.
RECEIPT OF BIDS: Sealed bids in envelopes are due at the Office of the Engineer: Burgess & Niple, Inc. located at 235 Ledge Stone Drive, Austin, Texas 78737, (512) 432-1000 no later than 2:00 p.m. on Thursday, September 25, 2025, at which time the bids for the Project Contract will be opened and read aloud. The OWNER reserves the right to waive all informalities and irregularities, and determine which Bids are most advantageous to the Project, and to award the Contract on this basis.
INFORMATION AND BIDDING DOCUMENTS: Hard copies and/or electronic copies of Bid Documents and Plans may be obtained from Burgess & Niple, Inc. by contacting Maggie Savage at maggie.savage@burgessniple.com or at 512-432-1000, during regular business hours: 7:30 a.m. to 5:30 p.m., Monday through Thursday, and 8:00 a.m. to 12:00 p.m., Fridays.
BONDS: Performance, payment, and warranty bonds shall each be issued in an amount equal to 100% of the Contract Amount as security for all the CONTRACTOR's obligations under the Contract Documents.
INSURANCE REQUIREMENTS: Bidders shall maintain insurance in the types and amounts indicated the Contract Documents.
BID GUARANTY: All Bids must be accompanied by a Bid security made payable to Owner in an amount of five percent (5%) of Bidder's maximum Bid price and in the form of a cashier's check made payable to Travis County Water Control and Improvement District No. 18, or a Bid Bond issued by a surety.
PRE-BID CONFERENCE: A non-mandatory pre-bid conference will be held via Microsoft Teams at 10:00 a.m. on Thursday, September 18, 2025. Representatives of the Owner and Engineer will be present to discuss the PROJECT. Contact Maggie Savage at maggie.savage@burgessniple.com to receive meeting information.
BIDDER REQUIREMENTS: The Contractor performing the installation of equipment at the storage tank sites shall have a minimum of five (5) years of experience in this type of construction and five (5) projects of similar size and scope.
Publication Dates
IPLAAS0100315
Show more »
Request for Proposals - Marble Falls High School / Baseball Facility
American Constructors, as the Construction Manager-at-Risk, requests proposals for a new ~4320 sf Baseball Clubhouse, new baseball field and softball field turf: ALL TRADES.
Proposals are due Thursday, September 25, 2025 @ 2:00pm (CDT). Proposals may be emailed to estimating@americanconstructors.com or mailed/delivered to American Constructors at 11900 West Parmer Lane, Suite 200, Cedar Park, TX 78613, or submitted via fax to (512) 328-2520.
Documents are also available for downloading from American Constructors' ftp site. Please visit www.americanconstructors.com for details. Please contact American Constructors at (512) 328-2026 for additional information on this project.
September 11, 18 2025
IPLAAS0098757
Show more »
The Pflugerville Independent School District will open qualification statements for:
Future Bond Planning, Marketing, Architectural Design, and Miscellaneous Other Bond Related Services
on Thursday,
October 2, 2025
@ 2:00 p.m.
All responses may be submitted (by mail or hand carry) to: Pflugerville ISD
1401 West Pecan
Pflugerville, TX 78660
Attn: Janie Ornelas
Proposals may be picked up in person or downloaded from the PISD website at: https://www.pfisd.net/about-us/departments/procurement-and-auxiliary-services/information-for-vendors/bidding-opportunities
September 10, 15 2025
IPLAAS0100832
Show more »
Request for Qualifications (RFQ #26-001RFQ)
Architectural and Engineering Services
(For Miscellaneous Construction Projects) On a Task Request Basis
MANOR INDEPENDENT SCHOOL DISTRICT
Manor ISD is soliciting qualifications from qualified architectural and engineering (including structural, MEP and civil) firms, to provide architectural and engineering services for Miscellaneous Construction Projects on a Task-Request Basis. The deadline to submit qualifications is 2:00 PM (CST), Monday, September 29, 2025.
The District utilizes the e-Procurement platform called Euna (formerly known as Bonfire). All proposals must be uploaded electronically at https://manorisd.bonfirehub.com. Hard copy submissions will not be accepted. Any answers to questions and addenda will also be posted via Euna. The District reserves the right to reject all submissions and to waive any informalities. Proposals received after the required time will not be accepted.
September 9, 14, 21 2025
IPLAAS0100752
Show more »
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 the Small & Minority Business Resources Department at 512-974-7600.
Responses to all FSD-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) BURNET ROAD CORRIDOR-US 183 TO BRIGHT VERDE WAY REBID (CIP), IFB 6100 CLMC1035A, offers due prior to 2:00P on 10/9/25.
2) ST. ELMO VEHICLE BAYS (CIP), IFB 6100 CLMC1022, offers due prior to 2:00P on 10/16/25.
3) SHOAL CREEK TRAIL AT FM 2222 UNDERPASS (CIP 8119 6207 L203), IFB 6100 CLMC1121, offers due prior to 2:00P on 10/9/25.
4) PARD DUCT BANK CIVIL WORK (CIP), IFB 6100 CLMC1135, offers due prior to 2:00P on 10/16/25.
B. GOODS & SERVICES ADVERTISEMENTS.
1) ELECTRIC DISTRIBUTION VEGETATION MGMT PRE-PLANNING SERVICES, RFP 1100 LLM3002, offers due prior to 2:00P on 9/30/25.
2) LIQUID FERROUS CHLORIDE & LIQUID FERRIC CHLORIDE, IFB 2200 JRN1039REBID, offers due prior to 2:00P on 10/2/25.
3) PADLOCK METER SEALS, IFB 1100 BAS1005, offers due prior to 2:00P on 9/23/25.
4) BATTERY RECYCLING SERVICES, IFB 5000 AAM1016, offers due prior to 2:00P on 10/9/25.
5) FLAGPOLE PURCHASE, INSTALLATION, & REPAIRS, IFB 7500 CSH1052, offers due prior to 2:00P on 10/7/25.
6) TEST INSTRUMENT CALIBRATION SERVICES, IFB 1100 LLM1003, offers due prior to 2:00P on 10/7/25.
7) MODULAR TRENCH PROTECTION DEVICES & SERVICES, IFB 2200 JRN1040, offers due prior to 2:00P on 10/2/25.
8) BAGGAGE HANDLING SYSTEM (BHS) & CONVEYOR PARTS, IFB 8100 SSC1028, offers due prior to 2:00P on 9/30/25.
September 8 2025
IPLAAS0100647
Show more »
REQUEST FOR PROPOSAL
I. REQUEST FOR PROPOSAL
Sealed Proposals for the TRAVIS COUNTY MUNICPAL UTILITY DISTRICT (MUD) NO. 4 AMARRA DRIVE ODOR CONTOL VAULT Project will be received at the offices of Consor North America, Inc., 1101 Capital of Texas Highway South, Building D, Austin, Texas 78746 until 2:00 PM on September 29th, 2025, and then publicly opened and read aloud. The work generally consists of the installation of a 300 cubic feet per minute rated carbon odor control system and cast in place concrete vault, approximately 36 linear feet of 8" schedule (SCH) 80 polyvinyl chloride (PVC) pipe, and all other work and materials as shown on the drawings and/or specifications.
Bidding and Contract documents for this project may be viewed and downloaded free of charge at the CivCastUSA website (www.civcastusa.com). Hard copies of Bid documents for this project may be obtained at the offices of the Engineer, Consor North America, Inc., 1101 Capital of Texas Highway South, Building D, Austin, Texas 78746; contact Alejandro Jauregui, EIT at 512-327-9204.
Bids must be accompanied by a bid bond with Power of Attorney attached or cashier's check of five percent (5%) of the total amount bid (sum of all bid items) made payable to the Travis County MUD No. 4.
A Bid which, in the opinion of OWNER's staff, deviates from the Contract Documents, and which has not been clarified through a written Addendum prior to Bid submittal deadline, shall be considered an exception to the Contract Documents and grounds for the Bid to be rejected.
Bidders should read and understand all terms and conditions contained in the Contract Documents.
Contract Time is of the essence and all Work shall be substantially completed within 180 calendar days after the Notice to Proceed. Liquidated damages are $500 per calendar day.
OWNER reserves the right to reject any or all Bids and to waive any informalities and irregularities in Bids received.
A MANDATORY PRE-BID CONFERENCE for this project will be held at 2:00 PM on September 22nd, 2025, at the offices of Consor North America, Inc., 1101 Capital of Texas Highway South, Building D, Austin, Texas 78746. The Pre-Bid will include a site visit. All questions pertaining to the Bid Package and its contents can be submitted at the CivCastUSA website (www.civcastusa.com).
September 8, 15 2025
IPLAAS0100439
Show more »
Hays CISD McCormick MS Bid
Joeris General Contractors will be accepting competitive Proposals from Subcontractors and Suppliers for the: Hays CISD McCormick MS until 2:00PM on Thurs, September 18th, 2025. Proposals will be received by email at bidsaustin@joeris.com
Project Description: Early release package for extension of existing Bus Loop Road and regrading of the existing detention pond GMP 1 for CISD Hays McCormick Middle School.
Plans may be reviewed at:
Joeris Website - www.joeris.com
or at Joeris General Contractors,
9211 Waterford Centre Blvd, Suite 150, Austin, TX 78758
O: (512) 920-0338; F: (512) 920-0339
Participation by S/M/W/DBE firms & Certified HUB firms is encouraged. Joeris General Contractors is an equal opportunity (EEO) employer.
September 7, 14 2025
IPLAAS0100188
Show more »
INVITATION FOR BIDS
CBD No. 5514
This Invitation for Bids is for the construction of Stoney Ridge Highlands, Phase 2. The work generally consists of Drainage, Water, Wastewater and Erosion Control Improvements (the "Project"). Sealed bids should be addressed to KB Home Lone Star, Inc., on behalf of Moore's Crossing Municipal Utility District (the "District"). Bids will be received at the office of Carlson, Brigance & Doering, Inc. (CBD, Inc.), 5701 West William Cannon Drive, Third Floor Conference Room, Austin, Texas 78749, at 1:00 P.M. on Thursday, September 25, 2025, for a public bid opening where proposals will be opened and read aloud. Any proposals received after the closing time will be unopened. In addition to submitting hard copy bid, a thumb drive containing electronic bid documents and excel pricing sheet is required.
Bid documents for the 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 documents will contain CAD files, pdf set of plans and bid documents. Make checks payable and mail or deliver to Carlson, Brigance and Doering, Inc. Only those checks received will have their bids considered.
There is no pre-bid conference.
All questions, clarifications and/or requests regarding the Project must be received in writing via email to Lee Whited, lee@cbdeng.com and Chuck Corbett, ccorbett@cbdeng.com. An addendum will be issued if OWNER's staff deems that the Contract Documents require correction or clarification.
A cashier's check, certified check, or bid bond, payable to KB Home Lone Star, Inc., on behalf of Moore's Crossing Municipal Utility District, 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 7 days of the award of the contract, enter into a contract and furnish an acceptable Performance and Payment Bonds in the amount of 100% of the Contract price required by Moore's Crossing Municipal Utility District. The Bidder's surety will be forfeited and become the property of the Owner should the bidder fail to enter into a contract and furnish payment and performance bonds acceptable to the Owner within 7 days after awarding the contract.
The Pre-Qualification Statement included in the proposed packet and as required by Moore's Crossing Municipal Utility District and the Owner shall be completed in its entirety and submitted as part of the bid proposal. Any proposal lacking the Pre-Qualification Statement will not be considered.
No proposals shall not be withdrawn for a period of 90 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 the 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.
A Maintenance Bond will be required in the amount of 10% of the contract price and is to remain in force for a period of two years from the date of the letter of final acceptance from the Moore's Crossing Municipal Utility District.
Prevailing Wage Rates, in accordance with the Texas Government Code, Chapter 2258, are applicable to the project.
September 7, 14 2025
IPLAAS0100192
Show more »
DRIPPING SPRINGS COMMUNITY LIBRARY DISTRICT
The Dripping Springs Community Library District (the "District") is seeking Statement of Qualifications from qualified public accounting persons or firms to provide professional audit services for the District for the fiscal years ending December 30, 2025, December 30, 2026, and December 30, 2027 with an option to extend the term of services by an additional two (2) years. Interested parties may obtain the Request for Qualifications by going to the District's website located at www.dscl.org or by contacting Mindy Laird, Executive Director, at mindy.laird@dscl.org. Responses to the Request for Qualifications are due October 17, 2025 at 2:00 p.m.
September 5 2025
IPLAAS0099464
Show more »
IFB - Dog Park Fencing Removal and Installation Services
The City of Cedar Park issued an Invitation for Bid (IFB) for Dog Park Fencing Removal and Installation Services. Bids are due September 22, 2025 at 2:00 PM CDT in the Finance Department located at 450 Cypress Creek Rd, Cedar Park, TX 78613. This IFB shall be on file in the Finance Department, from 8:00 A.M. until 5:00 P.M., Monday through Friday, and available to interested individuals and entities ("Bidders") from the Date Issued until September 22, 2025 at 2:00 PM CDT. Bids will be publicly opened on September 22, 2025 at 2:00 PM CDT at the City of Cedar Park located at 450 Cypress Creek Rd, Cedar Park, TX 78613.
September 5, 12 2025
IPLAAS0100125
Show more »
The Eanes Independent School District is seeking firms capable of providing construction professional services. The RFQ opportunity can be reviewed on the Eanes ISD bid portal: https://eanesisd.bonfirehub.com/portal/?tab=openOpportunities. The district's deadline to receive qualifications is October 2, 2025.
September 4, 11 2025
IPLAAS0099604
Show more »
REQUEST FOR
PORPOSALS - AUSTIN URBAN LEAGUE UEZ
APARTMENTS
BEC Austin General Contractors, the Construction Manager, requests proposals for THE BLOOM Apartments for All Trades. This project is located at 1326 Lamar Square Dr. Austin, TX. Proposals are due on September 25th, 2025. All proposals shall be emailed to cbesa@becaustin.com. Please contact Chris Besa at 512-327-3951 or cbesa@becaustin.com for complete project information and access to plans and specifications via download link. Wage reporting will be required on the project. WBE/MBE/HUB contractors are encouraged to submit proposals.
September 4, 11 2025
IPLAAS0100026
Show more »
IDEA Public Schools
Request for Proposals (RFP)
E-Rate Firewall
RFP #8-FRWALL-0126
IDEA Public Schools and affiliated entities (IDEA) are accepting proposals from qualified and experienced firms that can offer a Next Generation Firewall (NGFW) solution to replace and enhance its existing perimeter firewall infrastructure. The selected solution should reflect industry's best practices, support advanced threat protection, and integrate into our broader Zero Trust and layered defense posture.
A copy of the solicitation can be found on the IDEA website https://ideapublicschools.org/our-story/finance-budget/. Proposals can be submitted through Public Purchase at https://www.publicpurchase.com/gems/login/login, or Tyler Munis Vendor Self-Service at https://selfservicetx.ideapublicschools.org/MSS/Vendors/, or by mail to IDEA Public Schools Headquarters, Attn: Solicitations Team, 2115 W Pike Blvd, Weslaco, TX 78596 no later than 2:00 p.m. C.S.T. on Monday, November 10, 2025. Documents must be clearly marked with the solicitation number and title. Proposals received after the closing date and time will not be accepted and returned unopened.
For questions related to this solicitation, contact the IDEA Procurement & Contract Services Solicitation Team via email at solicitations@ideapublicschools.org.
September 3, 10 2025
IPLAAS0097295
Show more »
Request for subcontractor/supplier proposals for new Hays County Fire Station
Koehler Co., Inc., acting as Construction Manager at Risk, is requesting subcontract and supplier proposals for construction of the new Hays County ESD 6 Headwaters Fire Station. Documents available at Virtual Builders Exchange, Building Connected, or contact Drew Williams at The Koehler Company, 1404 N. Camp St., Seguin, TX 78155. dwilliams@koehco.com 830-303-6256. Proposals due no later than 4:00 PM, Wednesday, October 1st.September 2, 4, 8, 11 2025
IPLAAS0098871
Show more »
SOQ 811613 - Construction Materials Testing and Geotechnical Engineering Services
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.
SOQ 811613
Construction Materials Testing and Geotechnical Engineering Services
Pre-Submittal Conference: September 4, 2025, at 1:00 p.m.
Submittals Due: September 29, 2025, prior to 3:00:00 p.m.
September 2, 8 2025
IPLAAS0099179
Show more »
RFP - Armored Car Services
The City of Cedar Park issued a Request for Proposals (RFP) for Armored Car Services. Proposals are due September 26th, 2025 at 2:00 PM CDT in the Finance Department located at 450 Cypress Creek Rd, Cedar Park, TX 78613. This RFP shall be on file in the Finance Department, from 8:00 A.M. until 5:00 P.M., Monday through Friday, and available to interested individuals and entities ("Proposers") from the Date Issued until September 26th, 2025 at 2:00 PM CDT. Proposals will be publicly opened on September 26th, 2025 at 2:00 PM CDT at the City of Cedar Park located at 450 Cypress Creek Rd, Cedar Park, TX 78613.
September 2, 9 2025
IPLAAS0099191
Show more »
Cash Construction Company, Inc. is soliciting Minority and Women-Owned Business Enterprise participation for the following City of Austin project:
COA- Immanuel 111 Offsite Utility Improvements Phase 2
C.I.P. PROJECT NUMBER: 3353.145
SOLICITATION NUMBER: CLMC1131
BID DATE AND TIME: 09/25/25 @ 3:00PM
QUOTES ARE DUE NO LATER THAN 10:00AM on 09/23/25.
Contact Cristina Martinka at 512-251-7872 or Cristina.Martinka@cashconstruction.com for detailed information on available scopes of work, how to review plans and specifications, bonding and insurance requirements, required qualifications, and the relevant terms and conditions of the contract.
August 29, September 7 2025
IPLAAS0097997
Show more »
REQUEST FOR
PROPOSALS
Education Service Center (ESC) Region 13 seeks proposals for 2026-02 Expanded Learning Models Grant Programs Centralized Support. Proposals are available and accepted at https://www.esc13.ionwave.net and 5701 Springdale Rd, Austin, TX, 78723 and due at 2:00PM on 9/30/25.
August 29, September 5 2025
IPLAAS0099100
Show more »
MWH Constructors, Inc, serving as the Construction Manager at Risk (CMR) and representing CITY OF AUSTIN, TEXAS - AUSTIN WATER, is providing notice of a competitive sealed proposal (CSP) for an upcoming project:
Walnut Creek WWTP Expansion to 100 MGD and Enhancements – GMP 4
Work Packages for this Competitive Sealed Proposal (CSP) are:
Proposal Package S402 – Floodwall and Site Drainage System
Proposal Package S403 – Floodwall CIP Concrete
Proposal Package S415 – North Stormwater Pump Station
Proposal Package S416 – Floodwall Electrical and I&C
Proposal Period: Starts Thursday, August 21, 2025 and Ends Thursday, September 25, 2025
This project, designed by AECOM, consists of new electrical buildings, drilled foundations for pump stations, cast in place concrete structures, sheet piling, storm drain system, and excavation/earthworks.
S402 Floodwall and Site Drainage System, Estimated Construction Cost: $56,000,000. Scope consists of: excavation, rough and finish grade, sheet piling, fascia, storm drainage, hauling, earthworks, liner, biological feature, discharge piping, plugging, temporary pumping, concrete wall, seeding slopes/ erosion control.
S403 Floodwall CIP Concrete, Estimated Construction Cost: $13,000,000. Scope consists of: footings, foundations, earthworks, testing, hauling, seal pours, sheet pile capping, pilasters, waterfall structures, pump station structures, flood gates, miscellaneous metals, block-outs, maintenance pads and pedestals, damp proofing, waterstops.
S415 North Stormwater Pump Station, Estimated Construction Cost: $7,000,000. Scope consists of: earthwork, concrete, and mechanical
S416 Floodwall Electrical and I&C, Estimated Construction Cost: $4,000,000. Scope consists of: electrical duct bank, Electrical gear, conduit, wiring, and I&C devices.
The objective of the four bid packages is to break the work down into manageable contracts while ensuring the proposing contractor captures all scope in the design documents in its entirety (Whole & Complete). This project will have MBE/WBE participation goals and relevant MBE/WBE contractor contact information will be provided to help meet these goals. All qualified contactors will receive consideration for award without regard to race, creed, color, religion, national origin, sexual orientation, gender identity, disability, veteran status, sex or age.
This project will be a Contractor Controlled Insurance Program (CCIP) that provides General Liability, Excess Liability, and Workers Compensation insurance. Proposers must exclude the costs of these coverages from their proposals.
To participate, all Contractors must first register as a potential proposer with MWH. To register as a potential proposer, please visit MWH's Public Plan Room (https://app.buildingconnected.com/public/59357015a974850b0051d1c0)
Prime Contractors should join the Walnut Creek WWTP CMR – GMP 4 project. Subcontractors and vendors should join the Walnut Creek WWTP CMR – GMP 4 (Subcontractors) project.
All subcontractors and vendors must work directly with the registered Prime Contractors to participate in this solicitation. Subcontractors and vendors' price and scope must be coordinated directly with Prime Contractors.
The Prime Contractor's contact information will be posted and updated regularly on both project pages. If any difficulties arise, you can contact the Project's general email at: WCWWTPproposals@mwhconstructors.com
All registered contractors will be provided with digital access to all necessary proposal documents, drawings, specifications, and project related information through the BuildingConnected platform when the proposal period starts on Thursday, August 21, 2025.
A Pre-Proposal meeting for this project will be held virtually through MS Teams at 9:00 AM (CST) on Wednesday, September 3, 2025. An associated site walk/review will be held the day after the Pre-Proposal meeting at approximately 9:00 AM (CST) on Thursday, September 4, 2025.
NOTICE IS HEREBY GIVEN that all Competitive Sealed Proposals (CSP) will be electronically received. They shall be uploaded through Building Connected by 2:00 PM (CST) Thursday September 25, 2025. The eligible proposals will be electronically opened and read aloud at 3:00 PM (CST) Thursday September 25, 2025 online using the MS Teams platform.
This CSP will comply with applicable Texas Gov't Codes §252 and §2269. The successful Proposer will be selected by MWH on a rational best value basis. Evaluation factors outlined in the 02-Request for Proposal document of the CSP shall be applied to all eligible Responsive Proposers in comparing proposals and selecting the successful Proposer. Award of a contract may be made without discussion with Proposers after proposals are received. Proposals should, therefore, be submitted on the most favorable terms.
Until the final award of this project, MWH reserves the right to reject any or all Proposals, retract and, if necessary, re-advertise this CSP without explanation, including waiving any informalities therein.
August 28 2025
IPLAAS0098909
Show more »
Request for Proposals – Employee Insurance Benefits
The Capital Area Council of Governments (CAPCOG) is requesting proposals from interested and qualified vendors for medical, dental, vision, life, accidental death and dismemberment, and long-term disability insurance.
A complete request for proposals (RFP) packet and schedule is at www.capcog.org/about/do-business-with-us/, but may also be obtained by contacting HUB International at gladys.reichert@hubinternational.com. CAPCOG has authorized HUB International to represent it for the procurement of insurance. Submissions for this RFP should be sent to gladys.reichert@hubinternational.com no later than 2 p.m. CST, Sept. 26, 2025. Questions should be sent to the same email.
August 27, September 3 2025
IPLAAS0098392
Show more »
GENERAL INFORMATION:
DOCUMENT TYPE: ADVANCE NOTICE TO PROSPECTIVE OFFERORS
SOLICITATION NO.: Q-1674
DESCRIPTION: RFQ: Operations and Maintenance Facility Progressive Design-Build Solicitation
CONTRACTING OFFICE ADDRESS:
Austin Transit Partnership (ATP) 203 Colorado St., Austin, TX 78701
DESCRIPTION:
Austin Transit Partnership is seeking sources to provide design and construction services for the Operations and Maintenance Facility (OMF) for Austin Light Rail under a progressive design-build contract to Austin Transit Partnership ("ATP"), a local government corporation, for the purposes of implementing Project Connect. General scope to consist of design, construction and commissioning of all elements of Austin Light Rail within the OMF site, with the exception of rail systems (e.g., OCS, traction power, train control and communications). Coordination with the LRT Contractor with respect to the rail systems within the OMF site and the rail/track connections at the boundary of the OMF site, and coordination with the LRV Contractor for design inputs to the OMF to meet LRV requirements.
NAICS Codes and Description:
236220 Commercial and Institutional Building Construction
237110 Water and Sewer Line and Related Structures Construction
237130 Power and Communication Line and Related Structures Construction
237310 Highway, Street, and Bridge Construction
237990 Other Heavy and Civil Engineering Construction
238110 Poured Concrete Foundation and Structure Contractors
238120 Structural Steel and Precast Concrete Contractors
238190 Other Foundation, Structure, and Building Exterior Contractors
238210 Electrical Contractors and Other Wiring Installation Contractors
327390 Other Concrete Product Manufacturing
336510 Railroad Rolling Stock Manufacturing
336999 All Other Transportation Equipment Manufacturing
423810 Construction and Mining (except Oil Well) Machinery and Equipment Merchant Wholesalers
485111 Mixed Mode Transit Systems
485112 Commuter Rail Systems
485119 Other Urban Transit Systems
485999 All Other Transit and Ground Passenger Transportation
488210 Support Activities for Rail Transportation
488490 Other Support Activities for Road Transportation
488999 All Other Support Activities for Transportation
532411 Commercial Air, Rail, and Water Transportation Equipment Rental and Leasing
532412 Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing
541310 Architectural Services
541320 Landscape Architectural Services
541330 Engineering Services
541490 Other Specialized Design Services
541611 Administrative Management and General Management Consulting Services
541618 Other Management Consulting Services
ADVANCE NOTICE TO PROSPECTIVE OFFERORS
541620 Environmental Consulting Services
541690 Other Scientific and Technical Consulting Services
811118 Other Automotive Mechanical and Electrical Repair and Maintenance
96219904 Transit system or authority: government, nonoperating
96219905 Transportation department: government, nonoperating
CONTRACT INFORMATION:
THIS IS AN ADVANCE NOTICE ONLY AND NOT A REQUEST FOR QUALIFICATIONS or PROPOSALS. This advance notice is for a competitive procurement. Any award made will be conducted in accordance with the Austin Transit Partnership Procurement Policy and Procedures. This solicitation may be revised at any time during the solicitation selection process up to the final award.
August 27, September 3 2025
IPLAAS0098390
Show more »