/
     
RES NO 01-04-2025 CITY OF VAN BUREN, ARKANSAS RESOLUTION NO.©( -64 2025 BE IT ENACTED BY THE CITY COUNCIL, FOR THE CITY OF VAN BUREN, ARKANSAS, A RESOLUTION TO BE ENTITLED: A RESOLUTION ACCEPTING THE BID OF COVE CREEK CONSTRUCTION, INC., FOR THE HALE PROPERTY DRAINAGE PROJECT; AND FOR OTHER PURPOSES. WHEREAS, the City of Van Buren has advertised for bids for the Hale Property Drainage Project through Neil Morrison Engineer, Inc.; and WHEREAS, bids have been received and opened in accordance with Arkansas law and Cove Creek Construction, Inc., is the lowest bidder meeting the bid specifications. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF VAN BUREN,ARKANSAS, THAT: SECTION 1: The City of Van Buren, Arkansas accepts the bid of$279,540.00, for the Street Drainage Project Jim Hale, as set forth in "Exhibit A" attached hereto. SECTION 2: The Mayor and City Clerk are hereby authorized by the City Council for the City of Van Buren to pay all street improvement expenses, not to exceed the amounts of the low bids submitted, as set forth in"Exhibit A"attached hereto. IN WITNESS WHEREOF, the City of Van Bur , Arkansas, by its City Council, did pass, approve, and adopt, by a vote of LP for and against, the foregoing Resolution at its regular meeting held on the 27th day of January 2025. G\erk Tre,, ,, City of Van Buren ga�yor P. Hurst Q ., , ATTESTED: d °��County,P(�a�ya APP RM: X. Shawnna ReyAolcrs Ja City Clerk/Treasurer City Attorney LIST OF PROPOSED SUBCONTRACTORS 2024 Drainage Improvements—Phase 1 City of Van Buren,Arkansas In compliance with Act 159 of 1949, as amended,of the Acts of the General Assembly of the State of Arkansas, 1,the undersigned General Contractor,hereby certify that proposals from the following Subcontractors were used in the preparation of the bid. The undersigned General Contractor agrees that if he or she is the successful bidder and if the following Subcontractors are approved, that he or she will not enter into contracts with others for these division of work without prior written approval from the Engineer or Owner. • Type of Work: 14 A ,subcontractor's Name Subcontractor's License No. Subcontractor's Address • Type of Work: 04/4 Subcontractor's Name Subcontractor's License No. Subcontractor's Address • Type of Work: Subcontractor's Name Subcontractor's License No. Subcontractor's Address BM— ! Cont act } B , , ust b same as on Proposal Form) T s O�n� List of Proposed Subcontractors - Page 1 of I 6.01 Bidder agrees that the Work will be substantially completed and ready for final payment in accordance with paragraph 15.06 of the General Conditions on or before the dates or within the number of calendar days indicated in the Agreement. 6.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified above, which shall be stated in the Agreement. SUBMITTED onti7. a3 2025. State Contractor License No. OI Q G 2 4 O32 9 Corporation Name: Owc Gytl, ConsfrOCkPA, hic , (SEAL) State of Incorporation: AkKA-4-CAS Type (General B siness, P o ssional, Service, Limited Liability): By: - 23 /297 r Date Title of signatory: �Vj '� Business address: 912 &4t rhait' pJ ,fCjc3S-O Clarks ✓i 0-r- , AR- 70 0.30 Phone No.: -'00 6� Bid Proposal - Page 5 of 5 Item Description Quantity Unit Unit Cost Total Cost No. 14. Concrete Driveway(5"Thickness) 4 40 Sq. Yd. $ (/�. $ , (olaD 15. 6" PVC(Schedule 40) 20 Lin. Ft. $ 02; ' $ 16 12"Corrugated Plastic 40 Lin. Ft. $ � Drainage Pipe 18"Corrugated Plastic 6p,� �,-y� d 17. Drainage Pipe 5 Lin. Ft. $ $ Uwv'r 18. 15" RCP(Class 111) 18 Lin. Ft. $ $ C)OV' o✓ fA 19. 24"RCP(Class 111) 30 Lin. Ft. $ $CO �a0' 20. 30"RCP(Class 111) 678 Lin. Ft. $ 1 t0,I $ 7T1 5 21. 36"RCP(Class 111) 319 Lin. Ft $ /05,� $ i -r, O� 22. 15"Flared End Section 1 Each $ '� 23 Concrete Inlets and Junction 9.6 Cu. Yd. $ �� ;06?'CV $ q00- � Boxes 24 Concrete Drainage 6 Each $ 3�70D Q? $ 3T f ZQ} Manholes(5' I.D.) Concrete Drainage 25. 10 Manholes (6' I.D.) 1 Each $ $ '� Manhole Frames and t9 Covers 26. 9 Each $ �oG'��� $ �J, 27. Wood Fence—8 Ft. 30 Lin. Ft. $ Q.� $ 2�. TOTAL BID(Item I through 27): S a 79, 0. Unit Prices have been computed in accordance with paragraph 13.01 of the General Conditions. Bidder acknowledges that estimated quantities are not guaranteed and are solely for the purpose of comparison of Bids, and final payment for all Unit Price bid items will be based on actual quantities provided,determined as provided in the Contract Documents. Bid Proposal - Page 4 of 5 4.01 Bidder further represents that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any agreement or rules of any association, organization or corporation; Bidder has not directly or indirectly induced or solicited any Bidder to submit a false or sham Bid; Bidder has not solicited or induced any individual or entity from bidding;and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or OWNER. 5.01 Bidder will complete the Work in accordance with the Contract Documents for the following price(s): Item Description Quantity Unit Unit Cost Total Cost No. I. Mobilization 1 LS $ , $7S'ou $ $7&W i Maintenance of Traffic and 2' Traffic Control 1 LS $ I, �7D.� $ ! �� a7 � 3. Baled Straw Ditch Checks 5 Each $ 2.94), $ 4. Inlet Sediment Filters 9 Each $ 4W.C $ 5. Concrete Washout Area I Each $ + 6. Site Preparation 1 S mp $ / ,000' $ t3 � 7. Clearing and Grubbing I Sum $ 6,000, $ 6•� 8. Select Material 50 Cu. Yd. Excavation and Trench Lump COO. 9' Safety Systems I Lum $ 1 $ 10. Rock Excavation 260 Cu. Yd. $ /ot7 $ 02(0 t OW' Ep 'c -� 11. Flowable Fill Material 15 Cu. Yd. $ `� $ T I ' 12 Seeding Fertilizing and 1.0 Acre $ Mulching O� 13. Solid Sodding 50 Sq. Yd. Bid Proposal - Page 3 of 5 D. Bidder has carefully studied all: l. reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities)which have been identified in the Supplementary Conditions as provided in paragraph 5.03 of the General Conditions, and, 2. reports and drawings of a Hazardous Environmental Condition, if any, which has been identified in (he Supplementary Conditions as provided in paragraph 5.06 of the General Conditions. E. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all additional or supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder, including applying the specific mean-, methods. techniques, sequences, and procedures of construction expressly required by the Bidding Documents to be employed by Bidder, and safety precautions and programs incident thereto. F. Bidder does not consider that any other examinations, investigations, explorations,tests,studies,or data are necessary for the determination of this Bid for performance of the Work at the price(s) bid and within the times and in accordance with the other terms and conditions of the Bidding Documents. G. Bidder is aware of the general nature of work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Bidding Documents. H. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Bidding Documents. I. Bidder has given ENGINEER written notice of all conflicts, errors,ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents, and the written resolution thereof by ENGINEER is acceptable to Bidder. J. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for which this Bid is submitted. Bid Proposal -Page 2 of 5 BID PROPOSAL PROJECT IDENTIFICATION: 2024 Drainage Improvements—Phase 1 Van Buren, Arkansas THIS BID 1S SUBMITTED TO: Mr. John Karstens, Street Superintendent 1003 Broadway Van Buren, AR 72956 1.01 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with OWNER in the form included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents. 2.01 Bidder accepts all of the terms and conditions of the Advertisement or Invitation to Bid and Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. The Bid will remain subject to acceptance for 60 days after the Bid opening, or for such longer period of time that Bidder may agree to in writing upon request of OWNER. 3.01 In submitting this Bid, Bidder represents,as set forth in the Agreement, that: A. Bidder has examined and carefully studied the Bidding Documents, the other related data identified in the Bidding Documents,and the following Addenda: Addendum No. Addendum Date N/A- AA B. Bidder has visited the Site and become familiar with and is satisfied as to the general,local and Site conditions that may affect cost,progress,and performance of the Work. C. Bidder is familiar with and is satisfied as to all federal, state and local Laws and Regulations that may affect cost, progress and performance of the Work. Bid Proposal - Page 1 of 5 BID TABULATION 2024 Drainage Improvements-Phase 1 Certified Correct: /Xap -' Van Buren,Crawford County,Arkansas January 23,2025 Cove Creek Construction Crawford Construction Curtis Construction Goodwin&Goodwin Steve Beam Construction Item Description Quantity Unit Unit Cost Total Cost Unit Cost Total Cost Unit Cost I Total Cost Unit Cost Total Cost Unit Cost Total Cost 1 Mobilization 1 LS $ 12,875.00 $ 12,875.00 $ 5,000.00 $ 5,000.00 $ 10,000.00 $ 1o,000.00 $ 20,000.00 $ 20,000.00 $ 15,000.00 $ 15,000.00 2 Maintenance of Traffic and Traffic Control 1 LS $ 1,500.00 $ 1,500.00 $ 2,500.00 $ 2,500.00 $ 7,500.00 $ 7,500.00 $ 8,000.00 $ 8,000.00 $ 7,560.00 $ 7,560.00 3 Baled Straw Ditch Checks 5 Each $ 250.00 $ 1,250.00 $ 250.00 $ 1,250.00 $ 300.00 $ 1,500.00 $ 35.00 $ 175.00 $ 281.00 $ 1,405.00 4 Inlet Sediment Filters 9 Each $ 250.00 $ 2,250.00 $ 500.00 $ 4,500.00 $ 250.00 $ 2,250.00 $ 100.00 $ 900.00 $ 247.00 $ 2,223.00 5 Concrete Washout Area 1 Each $ 700.00 $ 700.00 $ 500.001$ 500.0o $ 1,000.00 $ 1,000.00 $ 1,500.00 $ 1,500.00 $ 800.00 $ 800.00 6 Site Preparation 1 Lump Sum $ 18,000.00 $ 18,000.00 $ 57,000.00 $ 57,000.00 $ 5,000.00 $ 5,000.00 $ 35,000.00 $ 35,000.00 $ 33,240.00 $ 33,240.00 7 Clearing and Grubbing 1 Lump Sum $ 6,000.00 $ 6,000.00 $ 7,500.00 $ 7,500.00 $ 10,000.00 $ 10,000.00 $ 25,000.00 $ 25,000.00 $ 12,700.00 $ 12,700.00 8 Select Material 50 Cu.Yd. $ 50.00 $ 2,500.00 $ 36.00 $ 1,800.00 $ 91.52 $ 4,576.00 $ 45.00 $ 2,250.00 $ 60.00 $ 3,000.00 9 Excavation and Trench Safety Systems 1 Lump Lum $ 1,000.00 $ 1,000.00 $ 100.00 $ 100.00 $ 9,000.00 $ 9,000.00 $ 8,000.00 $ 8,000.00 $ 1.00 $ 1.00 10 Rock Excavation 260 Cu.Yd. $ 100.00 $ 26,000.00 $ 195.00 $ 50,700.00 $ 240.00 $ 62,400.00 $ 275.00 $ 71,500.00 $ 250.00 $ 65,000.00 11 lFlowable Fill Material 15 Cu.Yd. $ 300.00 $ 4,500.00 $ 200.00 $ 3,000.001$ 312.00 $ 4,680.00 $ 200.00 $ 3,000.00 $ 250.00 $ 3,750.00 12 Seeding Fertilizing and Mulching 1 Acre $ 2,500.00 $ 2,500.00 $ 3,500.00 $ 3,500.00 $ 2,850.00 $ 2,850.00 $ 8,000.00 $ 8,000.00 $ 21,780.00 $ 21,780.00 13 Solid Sodding 50 Sq.Yd. $ 15.00 $ 750.00 $ 10.00 $ 500.00 $ 9.00 $ 450.00 $ 12.00 $ 600.00 $ 13.00 $ 650.00 14 Concrete Driveway(5"Thickness) 40 Sq.Yd. $ 115.00 $ 4,600.00 $ 193.00 $ 7,720.00 $ 125.00 $ s,000.00 $ 125.00 $ 5,000.00 $ 149.00 $ 5,960.00 15 6"PVC(Schedule 40) 20 Lin.Ft. $ 25.00 $ 500.00 $ 24.00 $ 480.00 $ 56.95 $ 1,139.00 $ 45.00 $ 900.00 $ 35.00 $ 700.00 16 12"Corrugated Plastic Drainage Pipe 40 Lin.Ft. $ 30.00 $ 1,200.00 $ 73.00 $ 2,920.00 $ 71.14 $ 2,845.60 $ 75.00 $ 3,000.00 $ 51.00 $ 2,040.00 17 18"Corrugated Plastic Drainage Pipe 5 Lin.Ft. $ 160.00 $ 800.00 $ 134.00 $ 670.00 $ 186.28 $ 931.40 $ 100.00 $ 500.00 $ 90.00 $ 450.00 18 15"RCP(Class 111) 18 Lin.Ft. $ 50.00 $ 900.00 $ 1o0.00 $ 1,800.00 $ 110.17 $ 1,983.06 $ 125.00 $ 2,250.00 $ 114.00 $ 2,052.00 19 24"RCP(Class III) 30 Lin.Ft. $ 80.00 $ 2,400.00 $ 115.00 $ 3,450.00 $ 138.80 $ 4,164.00 $ 150.00 $ 4,500.00 $ 176.00 $ 5,280.00 20 30"RCP(Class III) 678 Lin.Ft. $ 110.00 $ 74,580.00 $ 127.00 $ 86,106.00 $ 177.53 $ 120,365.34 $ 185.001$ 125,430.00 $ 232.00 $157,296.00 21 36"RCP(Class III) 319 Lin.Ft $ 165.00 $ 52,635.00 $ 164.00 $ 52,316.00 $ 238.93 $ 76,218.67 $ 250.00 $ 79,750.00 $ 353.00 $112,607.00 22 15"Flared End Section 1 Each $ 900.00 $ 900.00 $ 1,137.00 $ 1,137.00 $ 2,008.50 $ 2,008.50 $ 1,200.00 $ 1,200.00 $ 1,485.00 $ 1,485.00 23 Concrete Inlets and Junction Boxes 9.6 Cu.Yd. $ 1,500.00 $ 14,400.00 $ 1,500.00 $ 14,400.00 $ 1,200.00 $ 11,520.00 $ 1,200.00 $ 11,520.00 $ 1,600.00 $ 15,360.00 24 Concrete Drainage Manholes 5'I.D.) 6 Each $ 5,700.00 $ 34,200.00 $ 7,150.00 $ 42,900.00 $ 7,900.00 $ 47,400.00 $ 7,000.00 $ 42,000.00 $ 8,000.00 $ 48,000.00 25 Concrete Drainage Manholes(6'I.D.) 1 Each $ 6,000.00 $ 6,000.00 $ 8,800.00 $ 8,800.00 $ 10,000.00 $ 10,000.0o $ 10,000.00 $ 10,000.00 $ 10,500.00 $ 30,500.00 26 Manhole Frames and Covers 9 Each $ 600.00 $ 5,400.00 $ 500.00 $ 4,500.00 $ 748.00 $ 6,732.00 $ 800.00 $ 7,200.00 $ 341.00 $ 3,069.00 27 Wood Fence-8 Ft. 30 Lin.Ft. $ 40.00 $ 1,200.00 $ 71.50 $ 2,145.00 $ 93.00 $ 2,790.00 $ 100.00 1$ 3,000.00 $ 52.001$ 1,560.00 TOTAL BID-SUM OF EXTENDED COSTS&BASIS OF AWARD: $279,540.00 $367,194.00 $414,303.57 $480,175.00 $533,468.00 TOTAL BID-AS SUBMITTED AND READ: $279,540.00 $367,194.00 $414,304.88 $480,160.00 $533,468.00 NOTE: Values highlighted are the product of the unit cost and quantity and total thereofthat differ from the bid form as submitted.