Skip to contentSkip to left sidebar Skip to right sidebar Skip to footer

STREET PAVING PROJECT OCTOBER 2024- BID PACKET INCLUDED

ADVERTISEMENT FOR BIDS

CITY OF KENEDY, TX

STREET PAVING PROJECT

General Notice

The City of Kenedy (Owner) is requesting Bids for the construction of the following Street Paving Project:

  • Business Park Blvd – US 181 to Candlewood Suites (approx. 4,360 SY)
  • Bluebonnet Dr. – FM 719 to FM 719 (approx. 4,835 SY)
  • Woodhaven St. – FM 792 to Dead End (approx. 1,225 SY) Overlay Only
  • 1st – 2nd St. to Main St. (approx. 3,835 SY)
  • 5th – Main St. to Ila St. (approx. 6,780 SY)
  • Lamar St. – Karnes St. to Goliad St. (approx. 3,600 SY)
  • Mary’s St. – Nueces St. to Hillside Dr. (approx. 4,670 SY)
  • Elm St. – Graham Rd. (approx. 2,920 SY)
  • Cottonwood St. – Mesquite St. to Dead End (approx. 7,670 SY)
  • Russell Street (approx. 1,930 SY)
  • Louise Street (approx. 1,520 SY) Overlay Only
  • Lee Street (approx. 1,400 SY) Overlay Only

Total Approximate Square Yardage: 44,745

 

Paving shall include the radius at the intersection(s)

Project is going to consist of 2” mill/planning and 2” overlay with a 2% slope from the center of the roadway, to match existing concrete gutter.

Asphalt paving will have a Prime Coat and pave Type D HMA

Price will include one-time mobilization

Traffic control will be required with the proper signage throughout the project limits, and detouring traffic as needed while construction work is being performed.

Contractor shall haul off millings to a location designated by a city representative. The contractor is responsible for cleaning up all project materials, and parking equipment in a safe location at the end of each day. The roadway shall be opened to traffic at the end of each working day.

 

ITEM 8: PROSECUTION AND PROGRESS

For this project, working day charges will be charged in accordance with Article 8.3.1.4, “Standard Workweek”. Placement of traffic control devices will not commence until after the start time and all devices will be removed from the roadway prior to the finish time. All other work not requiring lane closures can be done during daytime work hours with the Engineer’s approval. Equip all construction equipment involved in roadway work with a permanently mounted, approved 360 degrees revolving or strobe warning light with amber lens. This light will have a minimum lens height of five inches and a diameter of five inches. This light will have a mounting height of not less than six feet above the roadway surface and will be visible from all sides. Do not begin work on the roadway until thirty (30) minutes after sunrise and all equipment and personnel must be off the road and lanes opened to traffic by thirty (30) minutes before sunset when utilizing temporary lane closures. However, if the Engineer allows, the Contractor may submit a written sequence proposing work at night. The Contractor must demonstrate the benefits to performing the work at night and also demonstrate that adequate personnel and equipment will be used for this work. All equipment used after sunset must be properly equipped for night work. This proposal for working at night must receive written approval from the Engineer before going into effect.

ITEM 340: DENSE-GRADED HOT-MIX ASPHALT (METHOD)

340.1. Description. Construct a pavement layer composed of a compacted, dense-graded mixture of aggregate and asphalt binder mixed hot in a mixing plant.

340.2. Materials. Furnish uncontaminated materials of uniform quality that meet the requirements of the plans and specifications. Notify the Engineer of all material sources. Notify the Engineer before changing any material source or formulation. When the Contractor makes a source or formulation change, the Engineer will verify that the requirements of this Item are met and may require a new laboratory mixture design, trial batch, or both. The Engineer may sample and test project materials at any time during the project to verify compliance.  Aggregate. Furnish aggregates from sources that conform to the requirements shown in Table 1, and as specified in this Section, unless otherwise shown on the plans. Provide aggregate stockpiles that meet the definition in this Section for either coarse aggregate or fine aggregate. When reclaimed asphalt pavement (RAP) is allowed by plan note, provide RAP stockpiles in accordance with this Section. Aggregate from RAP is not required to meet Table 1 requirements unless otherwise shown on the plans. Supply mechanically crushed gravel or stone aggregates that meet the definitions in Tex-100-E. The Engineer will designate the plant or the quarry as the sampling location. Samples must be from materials produced for the project. The Engineer will establish the surface aggregate classification (SAC) and perform Los Angeles abrasion, magnesium sulfate soundness, and Micro-Deval tests. Perform all other aggregate quality tests listed in Table 1. Document all test results on the mixture design report. The Engineer may perform tests on independent or split samples to verify Contractor test results. Stockpile aggregates for each source and type separately. Determine aggregate gradations for mixture design and production testing based on the washed sieve analysis given in Tex-200-F, Part II. Do not add material to an approved stockpile from sources that do not meet the aggregate quality requirements of the Department’s Bituminous Rated Source Quality Catalog (BRSQC) unless otherwise approved. Coarse aggregate stockpiles must have no more than 20% material passing the No. 8 sieve. Provide aggregates from sources listed in the BRSQC.

 

 ITEM 354:  PLANING AND TEXTURING PAVEMENT

354.1. Description. Plane, or plane and texture, existing asphalt concrete pavement, asphalt-stabilized base, or concrete pavement. Texture bridge deck surfaces. 354.2. Equipment. The Engineer may require demonstration of the equipment’s capabilities. Use planing machines that:

  • Have a minimum 6-ft. cutting width except for work areas less than 6 ft. wide;
  • Are self-propelled with sufficient power, traction, and stability to maintain an accurate depth of cut and slope;
  • Can cut in 1 continuous operation: 4 in. of asphalt concrete pavement, 1 in. of concrete pavement, or a combination of 2 in. of asphalt concrete pavement and 1/2 in. of concrete pavement;
  • Use dual longitudinal controls capable of operating on both sides automatically from any longitudinal grade reference, which includes string line, ski, mobile string line, or matching shoe;
  • Use transverse controls with an automatic system to control cross slope at a given rate;
  • Use integral loading and reclaiming devices to allow cutting, removal, and discharge of the material into a truck in one operation;
  • Include devices to control dust created by the cutting action. Use a manual system that can achieve a uniform depth of cut, flush to all inlets, valve covers, manholes, and other appurtenances within the paved area.

Use of a manual system is allowed for areas restricted to self-propelled access and for detail pavement removal. Unless otherwise approved, use a street sweeper to remove cuttings and debris from the planed or textured pavement. Equip the sweeper with a water tank, dust control spray assembly, both a pick-up and a gutter broom, and a debris hopper. 354.3. Construction.  When required, place grade reference points at maximum intervals of 50 ft. in accordance with Item 5, “Control of the Work.” Use the control points to set the grade reference. Support the 354.3 to 354.3 409 grade references so the maximum deflection does not exceed 1/16 in. between supports. Vary the speed of the machine to leave a grid or other pattern type with discontinuous longitudinal reach. Remove the pavement surface for the length, depth, and width shown on the typical section and to the established line and grades. Remove pavement to vertical lines adjacent to curbs, gutters, inlets, manholes, or other obstructions. Do not damage appurtenances or underlying pavement. Provide a planed surface that has a uniform textured appearance and riding surface. Surface should be free from gouges, continuous longitudinal grooves, ridges, oil film, and other imperfections of workmanship. Leave a uniform surface of concrete pavement free of asphalt materials when removing an asphalt concrete pavement overlay. When an overlay on the planed pavement is not required, provide a minimum texture depth of not less than 0.05 in. Stop planing operations when surface texture depth is not sufficient. Do not exceed 3/16 in. into the original deck surface on bridges. Do not damage armor joints, sealed expansion joints, and other appurtenances. Provide a pavement surface that, after planing, has a smooth riding quality and is true to the established line, grade, and cross section. Provide a pavement surface that does not vary more than 1/8 in. in 10 ft. Evaluate this criterion with a 10-ft. straightedge placed parallel to the centerline of the roadway. Deviations will be measured from the top of the texture. Correct any point in the surface not meeting this requirement. Sweep pavement and gutter. Leave pavement and curb clean.  At the end of the day and for areas under traffic, slope vertical or near vertical longitudinal faces in the pavement surface in accordance with the requirements in the plans. Taper transverse faces to provide an acceptable ride.

 

ITEM 502: BARRICADES, SIGNS AND TRAFFIC HANDLING

Prior to beginning work, the Contractor and Engineer will agree on the allowable length of lane closure. The Contractor will be responsible for furnishing, erecting, and maintaining all signs and traffic control devices necessary to provide for the safe passage of traffic in and around the work zone. All traffic control devices will conform to the plan sheets and the Texas Manual of Uniform Traffic Control Devices (TMUTCD). Typical work location traffic control is shown on standard sheets. Work conditions not covered by the typical traffic control plan sheets will be in accordance with the current Texas Manual of Uniform Traffic Control Devices (TMUTCD) Part VI. Flaggers will be required at locations where work could endanger the traveling public or as directed by the Engineer/Project Manager. Regulate all construction activities and equipment so as to cause a minimum of inconvenience to the traveling public. At points where it is necessary for trucks to stop, load or unload, provide warning signs and flaggers to protect the traveling public. The Contractor Responsible Person(s) (CRP) for Work Zone Traffic Controls will inspect and ensure any deficiencies are corrected each and every day throughout the duration of this contract. Any misaligned or damaged traffic control devices will be repaired as soon as practical after deficiency is discovered. Open the pavement to traffic each night. Remove all material stockpiles, equipment left overnight or any obstruction within thirty (30) feet of a travel way or clearly mark by warning lights and barricades. Equip all construction equipment involved in roadway work with a permanently mounted warning light with amber lens as approved

 

INSURANCE AND INDEMNIFICATION

Minimum insurance requirement for successful Proposal shall be as follows: Workers’ Compensation Workers’ Compensation insurance as defined by the Texas Workers’ Compensation Act. Certification of coverage (“certificate”) – A copy of a certificate if insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCc-81, TWCC- 82, TWCC-83, or TWCC-84), showing statutory workers’ compensation insurance coverage for the person’s or entity’s employees providing services on a project, for the duration of the agreement. Persons providing services on a project (“subcontractor” in 406.096) – includes all persons or entities performing all or part of the services the bidder as undertaken to perform the project, regardless of whether that person contracted directly with the bidder and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. The Bidder shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011 (44) for all employees of the bidders providing services on the project, for the duration of the agreement. The Bidder must provide a certificate of coverage to the City prior to executing award bid letter. If the coverage period shown on the bidder’s current certificate of coverage ends during the duration of the agreement, the bidder must, prior to the end of the coverage period, file a new certificate of coverage with the City showing that coverage has been extended. The Bidder shall retain all required certificates of coverage for the duration of agreement and for one year thereafter. By signing this agreement, the bidder is representing to the City that all employees of the bidder who will provide services on the project will be covered by workers’ compensation coverage for the duration of the agreement, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission’s division of self-insurance regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties or other civil actions. The bidder’s failure to comply with any of these provisions is a breach of agreement by the bidder which entities the City to declare the agreement void if the bidder does not remedy the breach within ten days after receipt of notice of breach from the City.

 

COMPREHENSIVE GENERAL LIABILITY

Comprehensive General Liability (including premises/operations; Independent Contractors Products and Completed Operations; Broad Form Property Damage; Blanket Contractual underground/Explosion/Collapse Hazardous). Bodily injury and Property Damage: $1,000,000 General Aggregate Limits: $2,000,000 Products/Completed Operations Aggregate Limits: $500,000 Business Automobile Liability: Business Automobile Liability (including non-owned and lease vehicles) Combined Single Limit $1,000,000.00 Property Damage $ 500,000.00 The Bidder will furnish the City with a copy of each insurance policy or endorsements required in connection with this work. The Bidder shall defend, indemnify and hold harmless, the City and their respective offices, agents and employees, from and against all damages, claims, losses, demands, suits, judgments and costs, including reasonable attorneys’ fees and expenses, arising out of or resulting from the performance of the work, provided that any such damages, claim, loss, demand, suit, judgment, cost or expense:

  • Is attributable to bodily injury, sickness, disease or death to or injury to or destruction of tangible property (other than the work itself) including the loss of use resulting therefore; and
  • Is caused in whole or in part by any negligent act or omission of the Bidder any subcontractor, anyone directly employed by any one of them or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder.

The Bidder assumes all responsibility and agrees to indemnify and save the City harmless from any and all liability and damage arising out of or in connection with the performance of the Agreement to existing pipelines, utility company services lines, telephone cables or electric power lines and for the liability for all claims suits and judgments by any or all recipients of these services as a result of any interruption of services, whether caused by the Bidder, subcontractor, or his employees, except where such damage or liability arises out of sole negligence of the City of any of their employees.

Bids for the construction of the Project will be received at the Kenedy City Hall, located at 303 W. Main Street, Kenedy, Texas 78119; until Friday, October 25, 2024, at 5:00 p.m. local time.  At which time, the Bids received will be publicly opened and read on Tuesday, October 29, 2024, at 11:00 a.m. local time.

 

Obtaining the Bidding Documents

Information and Bidding Documents for the Project can be found at the following designated website:  www.kenedytx.gov

Bidding Documents may be downloaded from the city website or obtained from the location listed below.

The Issuing Office for the Bidding Documents is:

303 W. Main Street

Kenedy, Texas 78119

Attn: Joe Hernandez

Phone: (830) 583-2230

Instructions to Bidders:

Sealed bids will be accepted until Friday, October 25, 2024 at 5:00 p.m. and must be submitted to:

City Secretary

303 W. Main Street

Kenedy, TX 78119