CITY OF HUTTO, TEXAS
RFP# 2026-040-PD-04
BRUSHY CREEK WASTEWATER INTERCEPTOR PHASE 4
The CITY OF HUTTO (OWNER) is soliciting a COMPETITIVE SEALED PROPOSALS for the Brushy Creek Wastewater Interceptor Phase 4 Project. The Project includes the following Work:
Improvements consist of approximately 16,300 linear
feet (LF) of 48-inch and 42-inch diameter wastewater
interceptor from Enclave at Brushy Creek Lift Station to
the upstream end of the Brushy Creek Interceptor Phase
3 project. The project also includes the decommissioning
of the Enclave at Brushy Creek Lift Station. The purpose
of the project is to facilitate continued, rapid growth in
the City of Hutto which is necessitating the decommis-
sioning of the Enclave at Brushy Creek Lift Station
which has reached capacity and is not feasible to
expand.
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.
A non-mandatory pre-proposal meeting will be held virtually through Microsoft Teams on Thursday, November 13, 2025 at 2 pm CST, Respondents can access Teams by utilizing the following Meeting ID: 285 320 405 723 9 Password: Wy9wz6u3
Question deadline is Wednesday, December 3, 2025, at 5:00 PM CST. Any question submitted after this time will not be answered.
The City will be accepting proposals submitted online via CivCast at https://www.civcastusa.com/ until 10:00 am CST on Wednesday, December 17, 2025. Proposals opening event will be held through Microsoft Teams by utilizing using the following Meeting ID: 245 606 295 440 4 Password: ka7bn6XB
Documents may also be examined or obtained electronically at the City's website https://www.huttotx.gov/Bids.aspx. Hard copies, or late submissions will not be accepted.
City of Hutto
Hutto, Texas
November 2, 9 2025
IPLAAS0109215
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 5
Work Packages for this Competitive Sealed Proposal (CSP) are:
Proposal Package S501 - Architectural Structures
Proposal Package S503.A - Water-Bearing Concrete Structures & UG Piping
Proposal Package S503.B - Water-Bearing Concrete Structures & UG Piping
Proposal Package S503.C - Water-Bearing Concrete Structures & UG Piping
Proposal Package S515.A - Process Equipment and Above Ground Process Piping
Proposal Package S515.B - Process Equipment and Above Ground Process Piping
Proposal Package S515.C - Process Equipment and Above Ground Process Piping
Proposal Package S516 - 25 MGD/Wet Weather Electrical and I&C
Proposal Period: Starts Thursday, October 23, 2025 and Ends Thursday, December 18, 2025
This project, designed by AECOM, consists of construction of a variety of architectural buildings, concrete water-bearing structures, installation of process equipment and piping, and all associated electrical work.
S501 Architectural Structures, Estimated Construction Cost: $35,000,000. Scope consists of: all CSI divisions, structural shell and architectural interior, and sub grade preparation for SOG. Excludes: mechanical and process equipment.
S503 Water-Bearing Concrete Structures, Estimated Construction Cost: $131,000,000 (Area A, $79,000,000; Area B, $19,000,000; Area C, $33,000,000). Scope consists of: excavation, site preparation, backfill, buried piping, storm drain piping and basins, miscellaneous metals and concrete pipe supports. Excludes: process equipment and above-ground process piping.
S515 Process Equipment and Above Ground Process Piping, Estimated Construction Cost: $75,000,000 (Area A, $46,000,000; Area B, $12,000,000; Area C, $17,000,000). Scope consists of: process equipment, exposed piping, non-concrete pipe supports, O&M, and training.
S516 25MGD/Wet Weather Electrical and I&C, Estimated Construction Cost: $56,000,000. Scope consists of: electrical duct bank, Electrical gear, conduit, wiring, and I&C devices.
The objective of the eight 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). The work in packages S503 and S515 is further broken down into three areas (A, B & C). Area A is the new 25 MGD train. Area B is the fermenters. Area C is the UV disinfection/ Parshall flume (see attachment 6.15 in S503 and S515 work packages). 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 5 project. Subcontractors and vendors should join the Walnut Creek WWTP CMR – GMP 5 (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, October 23, 2025.
A Pre-Proposal meeting for this project will be held virtually through MS Teams at 9:00 AM (CST) on Wednesday, November 5, 2025. An associated site walk/review will be held the day after the Pre-Proposal meeting at approximately 9:00 AM (CST) on Thursday, November 6, 2025.
NOTICE IS HEREBY GIVEN that all Competitive Sealed Proposals (CSP) will be electronically received. They shall be uploaded through BuildingConnected by 2:00 PM (CST) Thursday, December 18, 2025. The eligible proposals will be electronically opened and read aloud at 3:00 PM (CST) Thursday, December 18, 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.
October 31 2025
IPLAAS0109435
Show more »
NOTICE TO BIDDERS
The Board of Trustees, Austin Independent School District will accept a sealed bid/proposal for the following item(s):
26IFB015 - Charter Bus Services, closing November 25, 2025 at 2:00 pm
Submission and opening will incorporate electronic and virtual protocols.
For bid requirements and instructions, visit our website at: www.austinisd.org/cp/bids.
October 31, November 7 2025
IPLAAS0109125
Show more »
In compliance with Senate Bill No. 493, ESC, Region 20 is soliciting vendors interested in submitting sealed proposal, for the purchase of any of the following categories of personal property.
2509 PE Supplies, 2510 Floorcare Products, 2515 Temp Labor, 2517 Adaptive Assistive
Proposals are due 2:00 p.m., November 20, 2025 at ESC Region 20, Building 1, 1314 Hines Avenue, San Antonio, TX 78208, at which time proposals will be publicly opened.
Proposals may be viewed at www.esc20.net, search Open Bids. If you have any questions or need any assistance, please call Jim Metzger at (210) 370-5204.
October 30, November 4 2025
IPLAAS0108844
Show more »
The City of Pflugerville, Texas is soliciting request for proposals for furnishing all labor, materials, tools and equipment and performing all Street Maintenance Project or Package 1C Street Reconstruction Project, which consists of approximately 28,200 square-yards of pavement rehabilitation for fourteen (14) roads. Sealed proposals will be received by 2:00 P.M. CST on Tuesday, December 9, 2025.
Copies of the specifications and bid documents will be on file and may be examined at the following location: - www.civcastusa.com, TR2307 – Street Maintenance Project.
Proposals addressed to the City of Pflugerville will be received until 2:00 PM CST on Tuesday, December 9, 2025, submitted through Civcast at which time they will be publicly opened and read virtually via the link provided through Civcast. A non-mandatory pre-proposal meeting for the project will be held virtually at 2:00 P.M. CST on Thursday, November 13, 2025; refer to the project information on Civcast for details on how to join the pre-bid meeting. All questions, clarifications, or requests for general information should be in writing through Civcast. The submission deadline for questions will be 12:00 P.M. CST on Thursday, November 11, 2025.
The City of Pflugerville reserves the rights to reject any and all bids and to waive any informalities in bids received; to eliminate a portion of the work or add additional work as required to keep the total contract amount within the funds budgeted; to award any parts or combination of parts of the project it deems necessary; and any other rights established under the laws of the State of Texas.
October 29, November 5 2025
IPLAAS0108065
Show more »
Travis County WCID No. 17
System Wide Storage Tank Rehabilitation – FY 2026
Notice is hereby given that Competitive Sealed Proposals (Proposals) in sealed envelopes addressed to Travis County WCID No. 17 will be received until 2:00 P.M., Tuesday, November 11, 2025 for the above project and then publicly opened and read aloud at the Travis County WCID No. 17 Office, located at 3812 Eck Lane, Austin, TX 78734.
Bid Documents may be obtained by contacting Joe Kunz, Chief Operating Officer, Jkunz@wcid17.org.
The Project generally consists of rehabilitation of up to 3 existing concrete and bolted steel storage tanks.
The prospective bidder's attention is directed to the Bid Documents where detailed instruction and provisions are contained concerning bidding requirements, bonds, insurance, and other Project requirements. As outlined in the Instructions to Bidders, bids must be accompanied by an acceptable bid security payable to the Owner equal to five percent (5%) of the total bid amount. If awarded the construction contract, Contractor will be required to furnish performance and payment bonds.
October 27, November 3 2025
IPLAAS0108204
Show more »
REQUEST FOR PROPOSAL
Education Service Center Region 13 seeks proposals for RFP 2026-06 School Action Fund Technical Assistance Providers-Restart & Partner-Managed School Actions.Proposals are available and accepted at 5701 Springdale Rd, Austin, TX 78723. Due at 2:00PM 11/25/25.
October 27, November 3 2025
IPLAAS0099174
Show more »
Lake Travis ISD will be accepting proposals for RFP 26-002 Farm to School Local Foods. Bids due at 2:00pm on December 3, 2025. Pre-Proposal Conference on November 10, 2025, at 9:00am at 607 Ranch Road 620 N, Austin, TX 78734. Documents may be obtained by logging into the District's electronic website:
ltisdschools.ionwave.net
October 27, November 3 2025
IPLAAS0108226
Show more »
CITY OF ROLLINGWOOD, TEXAS
REQUEST FOR BIDS
2025 MILL AND OVERLAY PROJECT
The City of Rollingwood seeks bids from qualified providers for mill and overlay construction services.
Sealed bids addressed to the Honorable Mayor and City Council will be received at the office of Makayla Rodriguez, City Secretary, City Hall, 403 Nixon Drive, Rollingwood, Texas 78746, until 2:00 P.M. on November 12, 2025. Bids will be publicly opened and read aloud at that time.
Bid details, including specifications and submission requirements, are available at the following link: https://www.rollingwoodtx.gov/administration/page/request-bids-construction-mill-and-overlay-services
The City of Rollingwood reserves the right to accept or reject any and all bids and to waive any informality in bids received.
October 26, November 2 2025
IPLAAS0108336
Show more »
RFP Hays CISD McCormick MS
Joeris General Contractors will be accepting competitive Proposals from Subcontractors and Suppliers for the: Hays CISD McCormick MS until 2:00PM on Wed, November 12th, 2025. Proposals will be received by email at bidsaustin@joeris.com
Project Description: This GMP 2 includes Renovation and Addition 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.
October 26, November 2 2025
IPLAAS0106988
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 5
Work Packages for this Competitive Sealed Proposal (CSP) are:
Proposal Package S501 - Architectural Structures
Proposal Package S503.A - Water-Bearing Concrete Structures & UG Piping
Proposal Package S503.B - Water-Bearing Concrete Structures & UG Piping
Proposal Package S503.C - Water-Bearing Concrete Structures & UG Piping
Proposal Package S515.A - Process Equipment and Above Ground Process Piping
Proposal Package S515.B - Process Equipment and Above Ground Process Piping
Proposal Package S515.C - Process Equipment and Above Ground Process Piping
Proposal Package S516 - 25 MGD/Wet Weather Electrical and I&C
Proposal Period: Starts Thursday, October 23, 2025 and Ends Thursday, December 18, 2025
This project, designed by AECOM, consists of construction of a variety of architectural buildings, concrete water-bearing structures, installation of process equipment and piping, and all associated electrical work.
S501 Architectural Structures, Estimated Construction Cost: $35,000,000. Scope consists of: all CSI divisions, structural shell and architectural interior, and sub grade preparation for SOG. Excludes: mechanical and process equipment.
S503 Water-Bearing Concrete Structures, Estimated Construction Cost: $131,000,000 (Area A, $79,000,000; Area B, $19,000,000; Area C, $33,000,000). Scope consists of: excavation, site preparation, backfill, buried piping, storm drain piping and basins, miscellaneous metals and concrete pipe supports. Excludes: process equipment and above-ground process piping.
S515 Process Equipment and Above Ground Process Piping, Estimated Construction Cost: $75,000,000 (Area A, $46,000,000; Area B, $12,000,000; Area C, $17,000,000). Scope consists of: process equipment, exposed piping, non-concrete pipe supports, O&M, and training.
S516 25MGD/Wet Weather Electrical and I&C, Estimated Construction Cost: $56,000,000. Scope consists of: electrical duct bank, Electrical gear, conduit, wiring, and I&C devices.
The objective of the eight 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). The work in packages S503 and S515 is further broken down into three areas (A, B & C). Area A is the new 25 MGD train. Area B is the fermenters. Area C is the UV disinfection/ Parshall flume (see attachment 6.15 in S503 and S515 work packages). 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 5 project. Subcontractors and vendors should join the Walnut Creek WWTP CMR – GMP 5 (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, October 23, 2025.
A Pre-Proposal meeting for this project will be held virtually through MS Teams at 9:00 AM (CST) on Wednesday, November 5, 2025. An associated site walk/review will be held the day after the Pre-Proposal meeting at approximately 9:00 AM (CST) on Thursday, November 6, 2025.
NOTICE IS HEREBY GIVEN that all Competitive Sealed Proposals (CSP) will be electronically received. They shall be uploaded through BuildingConnected by 2:00 PM (CST) Thursday, December 18, 2025. The eligible proposals will be electronically opened and read aloud at 3:00 PM (CST) Thursday, December 18, 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.
October 24 2025
IPLAAS0108220
Show more »
NOTICE TO BIDDERS
The Board of Trustees, Austin Independent School District will accept a sealed bid/proposal for the following item(s):
26RFP023 Musical Instrument Repair and Maintenance, closing on November 7, 2025 at 2:00pm.
Submission and opening will incorporate electronic and virtual protocols.
For bid requirements and instructions, visit our website at: www.austinisd.org/cp/bids.
October 24, 31 2025
IPLAAS0107482
Show more »
NOTICE OF AVAILABILITY
CENTRAL TEXAS REGIONAL MOBILITY AUTHORITY
REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL SERVICES - 183A ADDED CAPACITY
KEY CONTRACT INFORMATION:
Project: 183A Added Capacity
RFQ Issuance Date: October 15, 2025
Deadline for Responses: November 5, 2025
SUMMARY OF OPPORTUNITY
The Central Texas Regional Mobility Authority (Mobility Authority) is soliciting Request for Qualifications (RFQ) from qualified entities to develop Plans, Specifications, and Estimates; and provide Construction-Phase Services for the addition of one tolled lane in each direction along the 183A Toll corridor.
The Mobility Authority invites all qualified entities to provide Statements of Qualifications (SOQ) in accordance with the RFQ.
MORE INFORMATION FOR PARTIES
On October 15, 2025, the Mobility Authority made information about this RFQ available on its website (https://www.mobilityauthority.com/opportunities/procurements) and the CIVCAST website (https://www.civcastusa.com/project/68acb6c3198555004fe789d0/summary). Periodic updates, addenda, and clarifications will be posted on the CIVCAST website; interested parties are responsible for monitoring the website accordingly.
Each proposing entity will be evaluated based on the criteria and process set forth in the qualifications-based RFQ.
October 24 2025
IPLAAS0107660
Show more »
NOTICE TO BIDDERS
The Board of Trustees, Austin Independent School District will accept a sealed bid/proposal for the following item(s):
26CMR024 - Construction Manager-at-Risk (CMR) for Hill Elementary School, closing November 18, 2025 at 2:00 pm.
26CSP022- Bond Outdoor Learning Environment Improvements – Group 1 (Garcia YMLA, Hart, Lively, Ortega, Overton, St. Elmo), closing November 18, 2025 at 2:00 pm.
Submission and opening will incorporate electronic and virtual protocols.
For bid requirements and instructions, visit our website at: www.austinisd.org/cp/bids.
October 24, 31 2025
IPLAAS0107675
Show more »
CENTRAL TEXAS REGIONAL MOBILITY AUTHORITY NOTICE OF AVAILABILITY
CENTRAL TEXAS REGIONAL MOBILITY AUTHORITY NOTICE OF AVAILABILITY
As of October 23, 2025, the Central Texas Regional Mobility Authority (Mobility Authority) will be seeking bids for the following construction contract in Williamson County: Contract # 26183A24603M – 183A Bulldog Pond Repair Project. This project will upgrade the existing WQ pond bedding from stone riprap to concrete riprap and maintains the berms & sand filtration pond. The engineer's construction estimate for the project is approximately $920k.
Information is available on the Mobility Authority's website at www.mobilityauthority.com/business/opportunities/procurements; bid documents may be obtained from the CivCastUSA website at
https://www.civcastusa.com/project/68a875a4b78f62f1d2ecfe1b/summary.
As of October 23, 2025, the final 100% plans are be posted on CivCastUSA.
Tentative Bid Deadline: Electronic proposal forms for the above project shall be submitted via the project's CivCastUSA website to the Mobility Authority, by 2:00 PM local time, November 21, 2025.
The bids will be publicly posted via the project's CivCastUSA website within 48 hours after the bids are opened. Questions regarding the project can be posted on the CivCastUSA website.
October 23 2025
IPLAAS0107219
Show more »
Hensel Phelps Construction Co., Construction Manager @Risk, will be soliciting proposals from subcontractors and material suppliers for the construction of The City of Austin, COA Project No. 13185.001, AUS Concourse B and Tunnel Project, Austin, TX. Proposal Package 01 consists of Pre-Engineering Metal Building. The Proposal Package will be available on October 20, 2025 by contacting our office, mentioned below. Proposal selection will be on a best value basis. We will accept proposals for this package at our office, 8326 Cross Park Dr., Austin, TX 78754 TUESDAY, DECEMBER 2, 2025 at 2:00 PM. A Pre-Proposal Conference will be held at 8:30AM on TUESDAY, OCTOBER 28, 2025 at 3201 Presidential Blvd., Conference Room 4.200, Austin, TX, 78719. All Certified Disadvantaged Business Enterprises are encouraged to submit proposals. The project's DBE Goal = 0.0%. Hensel Phelps Construction Co. is available at (512) 834-9848. Our company is an E.E.O. Employer. We encourage and actively solicit proposals from Disadvantaged Business Enterprises for all projects.
October 22 2025
IPLAAS0107606
Show more »
Request for Proposals Temple High School Kitchen/Cafeteria Renovation
American Constructors, as the Construction Manager-at-Risk, requests proposals for the Temple High School Kitchen/Cafeteria Renovation: ALL TRADES.
Proposals are due Wednesday, November 5, 2025, by 2:00 pm (CST). Proposals may be emailed to estimating@americanconstructors.com or mailed/delivered to American Constructors at 11900 W Parmer Lane, Suite 200, Cedar Park, TX 78613, or submitted via fax to (512) 328-2520.
Documents are 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.
October 22, 29 2025
IPLAAS0107210
Show more »
Commuter Rail Services – Train Operations, Dispatch and Vehicle Maintenance RFP 812236
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 812236
Commuter Rail Services – Train Operations, Dispatch and Vehicle Maintenance
Pre-Proposal Conference: November 12, 2025, at 10:00 a.m.
Site Visit: November 12, 2025, at 1:00 p.m.
Proposals Due: December 17, 2025, prior to 3:00:00 p.m.
October 21, 28, November 4, 11, 18, 25, December 2, 9 2025
IPLAAS0107343
Show more »
Commuter Rail – Maintenance of Way (MOW) & Track and Signals & Systems RFP 812682
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 812682
Commuter Rail – Maintenance of Way (MOW) & Track and Signals & Systems
Pre-Proposal Conference: November 13, 2025, at 10:00 a.m.
Site Visit: November 12, 2025, at 1:00 p.m.
Proposals Due: December 17, 2025, prior to 3:00:00 p.m.
October 21, 28, November 4, 11, 18, 25, December 2, 9 2025
IPLAAS0107353
Show more »
Invitation to Bidders
Sealed Bids addressed to Travis County MUD No. 28, Attention James Donnelly, President, Board of Directors, will be received electronically or at the office of LJA Engineering, Inc., 7500 Rialto Boulevard, Building II, Suite 100, Austin, Texas 78735 until 2:00 p.m. Local Time, November 11, 2025, and then publicly opened and read at LJA Engineering, Inc for "Peacock Preserve Subdivision Construction Improvements" for Travis County MUD No. 28, Travis County, Texas." In addition to the opening of sealed Bids at the address above, you may view the public opening of sealed Bids via Microsoft Teams.
Scope of Work of the Contract Documents includes the following: Street, Erosion Control, Water, Drainage, Electric and Telecom Improvements.
Bids received after closing time will be returned unopened. A MANDATORY pre-bid conference will be held remotely on November 4, 2025, at 2:00 p.m. Local Time, at LJA Engineering, Inc., 7500 Rialto Boulevard, Building II, Suite 100, Austin, Texas 78735. Attendance by each prospective bidder or its representative at the pre-bid conference is MANDATORY, and no Bid will be opened unless the bidder or representative was present at the pre-bid conference.
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 two percent (2%) of the total amount Bid, as a guarantee that the successful bidder will enter into the Contract Documents and execute the Bonds on the forms provided and provide the required insurance certificates and Bonds within seven (7) days after the date Contract Documents are received by the successful bidder. If a certified or cashier's check is provided, the successful bidder shall deliver, at the bid opening address, the original certified or cashier's check within one (1) business day of receipt of the bid opening.
Copies of the bidding documents may be reviewed and obtained from www.CivcastUSA.com: search Peacock Preserve. Bidders must register on this website 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 at LJA Engineering, Inc., 7500 Rialto Boulevard, Building II, Suite 100, Austin, Texas 78735 or may be obtained by prospective bidders or suppliers upon payment of One Hundred Fifty Dollars ($150.00 non-refundable plus cost of delivery) for each set of documents at LJA Engineering, Inc., 7500 Rialto Boulevard, Building II, Suite 100, Austin, Texas 78735. Checks should be made payable to LJA Engineering, Inc. No cash will be accepted.
A bidder submitting electronic Bids must submit its Bid and Bid Securities in compliance with Owner's Order Adopting Section 49.2731 Electronic Bidding Rules and all electronic Bids and Bid Securities must be submitted through CivCast. Bidder must register on this website to submit a Bid and Bid Security and there is no charge to submit Bids and Bid Securities on this website.
By submitting a Bid, bidder acknowledges and agrees that the Contract Documents may be accepted, executed or agreed to through the use of an Electronic Signature, as defined by and in accordance with Owner's Electronic Signature Rules for Construction Contracts.
The Owner reserves the right to reject any or all Bids and to waive all defects and irregularities in bidding or bidding process except the time for 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.
The requirements of Subchapter J, Chapter 552, Government Code, may apply to this Bid and the bidder agrees that the Contract Documents can be terminated if the bidder knowingly or intentionally fails to comply with a requirement of that subchapter.
October 21 2025
IPLAAS0107388
Show more »
REQUEST FOR COMPETITIVE SEALED PROPOSALS
Jubilee Academies will accept Competitive Sealed Proposals (including Statement of Qualifications) for Façade Restoration/Repairs, Roof Repairs, and Miscellaneous HVAC Repairs for Jubilee Wells Branch, 3711 Shoreline Drive, Austin, Texas until 2:00 p.m., November 5, 2025, at Jubilee Academies, 4434 Roland Road, San Antonio, Texas 78222, Attn: Ms. Denise Miranda, CTSBS, CTCD; Purchasing Manager; Email: denise.miranda@jubileeacademic.org
Proposal documents, including the Proposal Form, Statement of Qualifications form, Project Drawings, and Specifications will be released on or about October 21, 2025, and may be obtained at the offices of the Engineer/Consultant:
Price Consulting, Inc.
7122 Worcester Drive
Suite A
Spring, Texas 77379
Mr. Karl Schaack, P.E., RRC
Phone: 281/209-1724
Cell: 281/827-9250
Email: kschaack@priceconsulting.com
Generally, the Project consists of performing restoration and repairs of existing facades, roofs, and HVAC equipment on Buildings "A", "B", and "C" at Jubilee Wells Branch in Austin, Texas. Documents in electronic format may be obtained from the Engineer.
A Pre-Proposal Conference will be held in the Administration Office of Building "A" of the subject facility, at 3711 Shoreline Drive, Austin, Texas 78728, on October 22, 2025, at 11:00 a.m. Site walk of the subject buildings will be conducted following the meeting. October 19, 26 2025
IPLAAS0106235
Show more »
REQUEST FOR PROPOSAL
INTEGRATED PEST MANAGEMENT
PAMI-25-P-0263
Pathways Asset Management Inc (PAMI) is soliciting proposals from qualified, licensed and insured entities with multi-family property experience to provide Integrated Pest Management (IPM) services within defined categories or lots as detailed below. The purpose of this request for proposal is to obtain firm-fixed-price contracts for such services. Multiple contracts within each lot may be awarded to successful applicants. Contracts may be renewed annually, pending funding availability, for a period not to exceed five years.
Proposal packets may be obtained on the eProcurement Marketplace (as our Agency is paying all costs for the use of this Marketplace, there will not be any additional charges to your firm to use this Marketplace to download the RFP documents or submit a response to our Agency). To take part in this process, please follow these instructions:
DIRECTIONS TO ACCESS THE EPROCUREMENT MARKETPLACE
1. Access ha.internationaleprocurement.com (no "www").
2. Click on the "Login" button in the upper left side.
3. Follow the listed directions.
4. If you have any problems in accessing or registering on the Marketplace, please
contact customer support at (866)526-9266.
Interested parties who wish to respond to this solicitation must register with the eProcurement Marketplace and submit the required documents electronically to https://ha.internationaleprocurement.com/requests.html?company_id=10217.
There will be a pre-bid meeting on October 29, 2025 10AM/CST to view units and submit questions. PAMI will respond in writing by posting answers to questions by November 6, 2025 10AM/CST online. Additional questions regarding this Request for Proposal must be submitted online by October 29, 2025 5PM/CST. Proposals must be submitted and received online no later than November 19, 2025 10AM/CST to be considered for award.
HACA reserves the right to reject any or all responses and waive any informalities in the response process.
You can also dial 7-1-1 and it will automatically go to a different group such as TTY, Voice, VCO, HCO, etc. Relay Texas TTY no 1-800-735-2989 Customer Service no 1-800-676-3777 (V/T)
October 19, 26 2025
IPLAAS0107324
Show more »
INVITATION FOR BIDS
CBD Nos. 5437
This Invitation for Bids is for construction of SADDLEBACK AT SANTA RITA RANCH PHASE 2, SECTION 2. 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, November 13, 2025 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, October 30, 2025 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., November 10, 2025. 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.
October 19, 26 2025
IPLAAS0106678
Show more »
Advertisement for Bids
Sealed Bids for the construction of Park Improvements at Interport will be received by Stoneridge Capital Partners, Owner, at the office of Dunaway Associates at 5707 Southwest Parkway, Building 2, Suite 250, Austin, Texas, until 3:00 p.m. local time on November 6, 2025, at which time the Bids received will be publicly opened and read. The Project consists of constructing Park improvements including Landscape Planting, dog parks, concrete sidewalks and utility improvements.
The Issuing Office for the Bidding Documents is: Dunaway Associates, 5707 Southwest Parkway, Building 2, Suite 250, jnoell@dunaway.com. Electronic copies of the Bidding Documents will be provided without charge to prospective bidders who may distribute the documents as needed to prospective subcontractors.
Printed copies of the Bidding Documents may be obtained from the Issuing Office, by request upon payment of a non-refundable fee of $400 for each set.
A pre-bid conference will be held at 3:00 p.m. local time on October 28, 2025, at the offices of Dunaway Associates. Attendance at the pre-bid conference is highly encouraged but is not mandatory.
Bid security shall be furnished in accordance with the Instructions to Bidders.
Publication Dates
IPLAAS0106320
Show more »