Privately Funded
Bidding Soon
Documents Available
Publicly Funded
Addenda Available
Post-Bid
Published July 31, 2025 at 8:00 PM
Updated August 1, 2025
Site work and paving for a civil project in Mont Belvieu, Texas. Completed plans call for site work for a bridge / tunnel; road / highway; for paving for a road / highway; and water / sewer project.
As of July 31, 2025, the project was awarded to Carter Construction Co, with an awarded amount of $5,178,019.80. PN-SS-011, 700795003 The project involves the construction of the second half of Langston Boulevard, the scope of work includes the installation of reinforced concrete pavement roadway. This pavement will become the West bound lanes of Langston Boulevard. In addition to the pavement construction, the project will include the installation of a storm sewer system, as well as a force main to support sanitary sewer conveyance. A critical component of the project is the construction of a new roadway bridge over Hackberry Creek. The overall objective of this project is to improve transportation infrastructure, enhance public safety, and support future development along Langston Blvd. The deadline to ask questions is 6/20/2025 12:00 PM CST Each proposal shall be accompanied by a bid guarantee of not less than 5% of total bid amount, as a guarantee that the bidder will enter into a contract and execute the required bonds within ten days after notice of award. At the option of the bidder, the guarantee may be one of the following: a. Cashier's check or certified check upon a national or state bank, payable to the City of Mont Belvieu. b. Negotiable U.S. Government bonds (at par value). c. Bid bond from a surety company listed in the latest issue of U.S. Treasury Circular 570, such bid bond being within the maximum amount specified for such company in that publication. Any questions and communication related to this project shall be directed to the following City contact: Joseph Yunk Project Manager, City of Mont Belvieu jyunk@montbelvieu.net Equal Opportunity in Employment - all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, age, handicap or national origin. Bidders on this work will be required to comply with the President's Executive Order No. 11246, as amended by Executive Order 11375, and as supplemented in Department of Labor regulations 41 CFR Part 60. Owner and Engineer, in making copies of Bidding Documents available on the above terms, do so only for the purpose of obtaining Bids for the Work and do not confer a license or grant for any other use. Award of this contract will be based on the best-value competitive bidding method. The City may use the following criteria to evaluate each bid: bid price, bidder's experience and reputation, bidder's references' feedback, quality of the bidder's services, bidder's safety record, bidder's proposed personnel, and any other relevant factors specific to the project. The right is reserved as the interest of the Owner may require, to reject any or all bids, and to waive any informality in bids received. The Contract will be awarded based on the Scoring Criteria contained in Document 00202. A copy of the specific Scoring Criteria for this project is included in the bidding documents. The successful bidder must furnish Performance Bond and Payment Bond on the forms provided in the amount of one hundred percent (100%) of the total contract price from a Surety or other Sureties acceptable to the Owner. Owner reserves the right to award the contract at any time within sixty (60) days after bid opening. Prepare the right of way and designated easements for construction operations by removing and disposing of all obstructions when removal of such obstructions is not specifically shown on the plans to be paid by other Items. Break, remove, and salvage or dispose of existing hydraulic cement concrete. Break, remove, and store or dispose of existing asphalt pavement, including surface treatments, and treated or untreated base materials. Excavate areas as shown on the plans or as directed. Remove materials encountered to the lines, grades, and typical sections shown on the plans and cross-sections. Furnish, place, and compact materials for construction of roadways, embankments, levees, dikes, or any designated section of the roadway where additional material is required. Mix and compact lime, water, and subgrade or base (with or without asphaltic concrete pavement) in the roadway. Mix and compact cement, water, and subgrade or base (with or without asphalt concrete pavement) in the roadway. Construct concrete substructures including footings, columns, caps, abutments, piers, culverts, other bridge substructure elements, and other concrete structures as indicated Provide, install, move, replace, maintain, clean, and remove all traffic control devices shown on the plans and as directed. Temporary work zone (TWZ) traffic control devices manufactured after December 31, 2019, must have been successfully tested to the crashworthiness requirements of the 2016 edition of the AASHTO Manual for Assessing Safety Hardware (MASH). An exception to the manufacture date applies when, based on the project's date of letting, a category of MASH-2016 compliant TWZ traffic control devices was not approved, or was not self-certified. In such case, devices that meet NCHRP-350 or MASH-2009 may be used. Temporary work zone (TWZ) traffic control devices manufactured on or before December 31, 2019, must at a minimum have been successfully tested to the crashworthiness requirements of NCHRP-350 or MASH-2009. These devices may continue to be used throughout their normal service lives. Such TWZ traffic control devices include: o portable sign supports, o barricades, o portable traffic barriers designated exclusively for use in TWZs, o crash cushions designated exclusively for use in TWZs, o longitudinal channelizers, and o truck-mounted attenuators (TMAs) and trailer attenuators (TAs). Category I devices (i.e., lightweight devices), such as cones, tubular markers, and drums without lights or signs attached, may be self-certified by the vendor or provider, with documentation provided to the Department, or as shown on Department's Compliant Work Zone Traffic Control Device List. Install, maintain, and remove erosion, sedimentation, and environmental control measures to prevent or reduce the discharge of pollutants and protect environmental resources in accordance with the Stormwater Pollution Prevention Plan (SWP3) and environmental layout shown on the plans. Comply with Texas Pollutant Discharge Elimination System (TPDES) Construction General Permit (CGP) TXR150000 requirements. Control measures are defined as Best Management Practices (BMPs) used to prevent or reduce the discharge of pollutants and measures to protect environmental resources. Control measures include, but are not limited to, rock filter dams, temporary pipe slope drains, temporary paved flumes, construction exits, earthwork for erosion control, pipe, construction perimeter fence, sandbags, temporary sediment control fence, biodegradable erosion control logs, vertical tracking, temporary or permanent seeding, and other measures. Erosion and sediment control devices must be selected from the Erosion Control Approved Products List. Perform work in a manner to prevent degradation of receiving waters, protect environmental resources, facilitate project construction, and comply with applicable federal, state, and local regulations. Ensure the installation and maintenance of control measures are performed in conformance with the manufacturer's or designer's specifications. Performance, payment and maintenance bond is NOT required until project awared and contract is signed. Question Deadline Jun 20, 2025 at 12:00 PM All questions about the meaning or intent of the Bidding Documents are to be submitted to Engineer in writing. Interpretations or clarifications considered necessary by Engineer in response to such questions will be issued by Addenda and emailed via Civcast to all parties recorded by Engineer as having received the Bidding Documents. A mailed Bid shall be addressed to City of Mont Belvieu, P.O. Box 1048, Mont Belvieu, TX 77580, Attention: City Secretary. Physical address is 11607 Eagle Drive.
Award
Roads / Highways
$5,178,020.00
Public - City
Paving, Site Work
Trades Specified
Division 00 - Lorem Ipsum
One Low Price
- One license and one market
- Details and key contacts on all bidding projects
- Organize your pipeline with a digital bid board
- Automatically match opportunities to your profile
- Saved searches deliver daily project leads to your email inbox
Market Pricing Around
- All Starter Product functionality
- Access to all documents (plans, specifications, and addenda)
- Access to planning projects
- Access to contact information
- Ability to Export
Find More Local Projects
Within 75 Miles of This Project
You’ve Reached the Free View Limit
Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.
Come back in [[refresh_days]] to get [[project_count]] more free projects.
June 26, 2025
July 15, 2025
Langston Dr, Mont Belvieu, TX
Related To This Project
Mont Belvieu, TX
--
Mont Belvieu, TX
--
Mont Belvieu, TX
Bid Date: Jun 26 2025
Mont Belvieu, TX
Bid Date: Jul 31 2025
Mont Belvieu, TX
Bid Date: Oct 01 2025
Mont Belvieu, TX
Bid Date: Sep 04 2025
Mont Belvieu, TX
--
Mont Belvieu, TX
Bid Date: Jun 17 2025
Mont Belvieu, TX
Bid Date: May 22 2025
Mont Belvieu, TX
Bid Date: May 01 2025
Mont Belvieu, TX
--
Mont Belvieu, TX
--
Mont Belvieu, TX
Bid Date: May 01 2025
Mont Belvieu, TX
Bid Date: Apr 29 2025
Recently Viewed
--
--
--
--
--
--
--
--
--
--
Bid Smarter, Not Harder
Spend more time doing the job than looking for it. ConstructConnect has the industry's most complete project data to help you find, bid, and win. Now.
Sign up to get free access, instantly.
