HomeMy WebLinkAbout81-24 RESOLUTION113 West Mountain Street
Fayetteville, AR 72701
(479) 575-8323
Resolution: 81-24
File Number: 2024-1750
KAJACS CONTRACTORS, INC. (UTILITY RELOCATIONS):
A RESOLUTION TO AWARD BID #24-22 AND AUTHORIZE A CONTRACT WITH KAJACS CONTRACTORS,
INC. IN THE AMOUNT OF $4,349,500.00 FOR CONSTRUCTION OF WATER AND SEWER UTILITY
RELOCATIONS ALONG HIGHWAY 16, TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF
$435,000.00, AND TO APPROVE A BUDGET ADJUSTMENT
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS:
Section 1: That the City Council of the City of Fayetteville, Arkansas hereby awards Bid #24-22 and authorizes Mayor
Jordan to sign a contract with Kajacs Contractors, Inc. in the amount of $4,349,500.00 for the construction of water and
sewer utility relocations along Highway 16, and further approves a project contingency in the amount of $435,000.00
Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of
which is attached to this Resolution.
PASSED and APPROVED on March 5, 2024
Page 1
Attest:
,\3 Y o c,* . i
�. FAYET-IEVILLE;)u
"
CITY OF
FAYETTEVILLE
ARKANSAS
MEETING OF MARCH 5, 2024
TO: Mayor Jordan and City Council
CITY COUNCIL MEMO
2024-1750
THRU: Susan Norton, Chief of Staff
FROM: Tim Nyander, Utilities Director
SUBJECT: Bid 24-22, Kajacs Contractors, Inc. — Construction Contract for Highway 16 East
Utility Relocations (ArDOT Project 040785)
RECOMMENDATION:
Staff recommends awarding Bid 24-22 and approving a construction contract with Kajacs Contractors, Inc. in
the amount of $4,349,500.00 for construction of water and sewer utility relocations associated with ArDOT
Project 040785, approval of a project contingency in the amount of $435,000.00, and approval of a Budget
Adjustment recognizing revenue in the amount of $1,755,876.93.
BACKGROUND:
On January 24, 2024 the City of Fayetteville accepted sealed competitive bids for the Highway 16 East Utility
Relocations project. Kajacs Contractors, Inc. submitted the lowest bid. All bids are shown here:
KAJACS Contractors, Inc. $4,349,500.00
Tri Star Contractors $4,465,992.19
Brothers Construction, Inc. $5,693,191.00
DISCUSSION:
The Arkansas Department of Transportation has requested utility relocations to prepare for the widening of
Highway 16 from Stone Bridge Rd. to Roberts Rd. The relocations are 42.49% reimbursable to the City of
Fayetteville by ARDOT based on the previously approved Relocation Agreement (Resolution 134-23).
Betterments are being constructed to upgrade the 8-inch waterline to 18-inch diameter per existing master
plans to ensure long-term capacity is available to the Elkins area. Below is a summary of expenses and the
reimbursement calculation:
Total Est. Project Cost per Relocation Agreement
(Construction, Engineering, Easements) $5,032,412.48
Betterments
Sub Total
($899,965.00)
$4,132,447.48
ArDOT Reimbursement (42.49% of Sub Total) $1,755,876.93
City Project Cost (remainder of Sub Total) $2,376,570.55
Mailing address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville, AR 72701
Total City Project Cost including Betterments $3,276,535.55
BUDGET/STAFF IMPACT:
Funds are available for this project in the Water/Sewer Relocations account.
PURCHASE ORDER DETAILS:
GL ACCOUNT
PROJECT
AMOUNT
5400.720.5600-5808.00
11011.2102
$3,262,125.00
5400.720.5700-5815.00
11011.2102
$1,087,375.00
TOTAL
$4,349,500.00
ATTACHMENTS: SRF (#3), BA (#4), Bid 24-22 Bid Tab - Final (#5), Bid 24-22 Submittal - Kajacs Contractors
Inc. - E (#6), Bid 24-22 Agreement (#7)
Mailing address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville, AR 72701
== City of Fayetteville, Arkansas
Y 113 West Mountain Street
Fayetteville, AR 72701
(479)575-8323
- Legislation Text
File #: 2024-1750
Bid 24-22, Kajacs Contractors, Inc. — Construction Contract for Highway 16 East Utility
Relocations (ArDOT Project 040785)
A RESOLUTION TO AWARD BID #24-22 AND AUTHORIZE A CONTRACT WITH KAJACS
CONTRACTORS, INC. IN THE AMOUNT OF $4,349,500.00 FOR CONSTRUCTION OF WATER
AND SEWER UTILITY RELOCATIONS ALONG HIGHWAY 16, TO APPROVE A PROJECT
CONTINGENCY IN THE AMOUNT OF $435,000.00, AND TO APPROVE A BUDGET
ADJUSTMENT
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE,
ARKANSAS:
Section 1: That the City Council of the City of Fayetteville, Arkansas hereby awards Bid #24-22 and
authorizes Mayor Jordan to sign a contract with Kajacs Contractors, Inc. in the amount of $4,349,500.00
for the construction of water and sewer utility relocations along Highway 16, and further approves a
project contingency in the amount of $435,000.00
Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget
adjustment, a copy of which is attached to this Resolution.
Page 1
Tim Nyander
Submitted By
City of Fayetteville Staff Review Form
2024-1750
Item ID
3/5/2024
City Council Meeting Date - Agenda Item Only
N/A for Non -Agenda Item
2/14/2024 WATER SEWER (720)
Submitted Date Division / Department
Action Recommendation:
Staff recommends awarding Bid 24-22 and approving a construction contract with Kajacs Contractors, Inc. in the
amount of $4,349,500.00 for construction of water and sewer utility relocations associated with ArDOT Project
040785, approval of a project contingency in the amount of $435,000.00, and approval of a Budget Adjustment
recognizing revenue in the amount of $1,755,876.93.
5400.720.5600-5808.00
Account Number
11011.2102
Project Number
Budgeted Item? Yes
Does item have a direct cost? Yes
Is a Budget Adjustment attached? Yes
Purchase Order Number:
Change Order Number:
Original Contract Number:
Comments:
Budget Impact:
Water and Sewer
Fund
Utility Relocates-HWY 16 from Stone Bridge Rd
to E Roberts Rd
Total Amended Budget
Expenses (Actual+Encum)
Available Budget
Item Cost
Budget Adjustment
Remaining Budget
Project Title
$ 9,684,408.00
$ 6,580,889.46
3,103,518,54
$ 4,784,500.00
$ 1,755,877.00
74,895.54
Previous Ordinance or Resolution #
Approval Date:
V20221130
City of Fayetteville, Arkansas - Budget Adjustment (Agenda)
budget Year Division Adjustment Numner
WATER SEWER (720)
/org2
2024
Requestor: Cheryl Partain
BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION:
A budget adustment is needed in the Water Sewer Relocations project for the cost of the construction contract with Kajacs
Contractors, Inc. Contract is for construction of water and sewer utility relocations associated with ArDOT Project# 040785
for Highwasy 16 East Utility Relocations from Stonebridge Rd to E Roberts Rd. Project is 42.49% reimbursable to the City by
ArDOT.
RESOLUTION/ORDI NANCE
COUNCIL DATE: 3/5/2024
ITEM ID#: 2024-1750
Nolly Black
217512024 4:70 P/VI
Budget Division Date
TYPE: D - (City Council)
JOURNAL#:
GLDATE:
CHKD/POSTED:
TOTAL 1,755,877 1,755,877 v.2024116
Increase /(Decrease)
Account Number Expense Revenue
Project.Sub#
Project Sub.Detl AT Account Name
5400.720.5600-5808.00 3,262,125 - 11011 2102 EX Improvements -Water Line
5400.720.5600-5911.99
5400.720.5700-5815.00
326,250
1,087,375
- 11011
- 11011
2102
2102
EX
EX
Contingency - Capital Project
Improvements - Sewer
5400.720.5700-5911.99
5400.720.5600-4309.00
108,750
-
- 11011
1,404,702 11011
2102
2102
EX
RE
Contingency - Capital Project
Federal Grants - Capital
5400.720.5700-4309.00
5400.720.5600-5808.00
-
(1,388,894)
351,175 11011
- 11011
2102
1
RE
EX
Federal Grants - Capital
Improvements - Water Line
5400.720.5600-5314.00
5400.720.5600-5810.00
(890,000)
(530,700)
- 11011
- 11011
1
2001
EX
EX
Professional Services
Easements
5400.720.5600-5808.00
5400.720.5600-5314.00
(67,814)
(151,215)
- 11011
- 11011
2001
2001
EX
EX
Improvements - Water Line
Professional Services
I of 1
Aft CITY OF
.� FAYETTEVILLE
ARKANS
A RKANSAS
B"Ou"Es un0a
Bid 24-22, Construction - Hwy. 16 East Utility Relocations
SSEAo11.1 Weaneseay,lanua124,3034,c2:WpM
urcm¢nen or Eunaea4,BBB,BBBnorss,wv.cvvo av [n�nmun».el
Kajacs Contractors Inc.
Tri Star Contractor$
Brothers Constructlon Inc
TnLBI
$4,349,500.00
$4,465,992.19
$5,693,191.00
WIe1
Ekac[$ptbIs
LL3`/
IIOM
Linn
EMMIM
uNl
EnmEetl
Unk
FtleMetl
1
Moblliaa[ion(Shall nW mooed 5% o(Total Ad, minus Bond, &Insunn[e)
I
st
$3M,..
$3W.LW.W
Ill .94
$2.,A 0.90
R"'a M
3
Boo. art In su ra race
1
IS
$IS ..W
$I..."
$130g53 9]
$120AISall
not, SO
$SSB]O.CO
3
P¢letl Closeout ne-BUIIts, Record Bnwings, pal rry Bond, em.
1
IS
$15WW
W.W $15
$]I,350W
171.Stp.
:11...
R"Rurr.CO
4
Att391, 1993TrencM1ane Eoavalion 5alery Assam _
1
LS
$1q I650B
W. DB5.CO
$14,250.83
$34,250.W
$IB M..
5
pre-Sommuctlon video
1
IS
$S,.AS
$3,SW.M
$". cy,
$9,SW.CU
$S,CM.N
$1BW.M
fi
Environ mental Compl iane
1
IS
San'. AS
W...CO
$.,,D]0.W
Rspo:O.tO
%us".M
$110,M.W
]
Traffic Carnal
I
IS
$13,BBB.m
$12a00m
Mespe.Bo
5s0.B00a0
R5paom
$SSBBB.BB
B
Clearing, Sal Tree Removal&Mist. Dome
t
IS
$35,0.1].W
$25,0CB.W
III&]SO.W
$116.)SB.W
$1N,0."V.M
$IOg�'.
9
in cM1 DP44 PVC C9W Mile Mom
33M
I
$305W
$6 1..
$33]40
$]46,099.<B
$395.W
$96),B95O]
10
Water Main
0P-14 PVCCRWPe s..dSeat
10.1
$2)SW
$3]S,OTW
$30875
$IDq)50.[O
$430W
$$Islu4p.
]t
12'DR loin!Water Man
We
Lh
$I.
$23,]6).
$3ID 38
$30A10.16
$in,as
$3B,940.W
li
Main
do
$305.W
$$47.520.DS
5]1.35
$B&]]]So
$165On
$305,590.U]
13
mi ealoinl Waty MaM
$$10.W
$SLO50M
$112 SR
$S3,B3A96
$315W
$9'Embss,
34
in etl loin! Water Main
$]OW
$L050W
$95.W
$1435W
$190
$3,BSOW
l5
01P 350 Water Mein
30
lF
$45^A.CO
S11&]5
$3,3)5.11
$1)S.M
$3,SN.p3
]6
B"Gate Velvety/Bev
5
EA
,$11..On
$3,3N.W
$Asup 4
$&309.95
$3),549.I5
$Sp50.M
$3),..
]]
13"Butte,Ily Valmw/gav
t
En
$9,SW.So
$95CAC0
$],303.11
$],303.11
O
$13,M.03
3B
erely Valve w/B ov
4
In
$]6,111.W
$E4,0}J,W
$W,1...
Ru Wd
$]g,$41.00
39
D,dV,I.
Ouclile Iran Fill
917
1.SA
$3]&P]DS,
$30.40
271.606M
$2]
$41.CO
'Sat'.D3
$369,0.U.0]
20
3-Way Fire assembly
1)
En
by
$B,3N.W
$339,M0.0]
$$763.W
Oy
$153,4350]
$$1,,..
$19111.00
21
those Bme
I6" Steel Encasement
3M
$1,3N.W
$.I...
$1...
$l5&0g0..
$1,.,.
$343,3IO.W
33
Sy
34"Steello-A
3Po
LF
1
$1,350W
$345,YO.CO
G- P]
$$I'..
$Il'o.
23
nt.,SheaySire
36"Steel Open Cut
]9]
Lf
$]SOM
$14],]So.CO
Sal
$1,W2.W
spe,"a
$305,45).
$990.M
$195030.W
24
DR-11 Encase
PE0Pe]l Encasement semen<Plpe By Acre
LF
$3,350W
$15],SOJW
$3335.W
$B6p
,9I3.M
$30Bp40W
25
I'A!, ,Release Valve antlly, 11
t
1
EA
$i,2W.W
s4,3W.W
$],lyi
He
$1,W3.9)
I
26
Aping Sleeve antl Valve w/Bm
$S,SWW
$],325.W
$],I350]
it=An
$l,.AS
"I'Day.W
$16,0.1.W
21
Tapping Sleeve antl Valve al Sol
En
$6SW.W
19=.
$39,SW.M
$&0]SD3
$11,
$St
29
Sir Anchorhor
En
$15,W]W
$5,150.9]
$15,
RAIR1W
$1&6W.W
Carr
Anchor Collar
En
Vs....
$&SW.W
$],639.9I
S".AS
$9,613AS
$9.9W W
30
IS anon -,collet
I.=.
$SC500.W
530.W0.W
$33,3l
",I"91
$$,,I,,
5$',A'.M
SIS,650m
It
SPxiact
]
EA
$4,S00.
lissedy.
$3,335.W
$3,3 AS
$E95000
$3,950.W
Abandon New Were, Main ExlsG as Wate[Maln
ESP
$4SW.CU
$3&PoS.
$4p
$$',3N.W
S0M
33
Abandon Egsling Sir Hydrant
)
EA
$IApa.W
$950.W
$B,650.AS
$3,WJW
V'
514..P]
34
Pbandon Er Valve
l3
EA
$IAA
$19,WJ.W
II'..
$SpS.W
$13,SBSW
$].]25.W
S."de.
¢"..Sind
BS
tl E isling Mele[Selte[anb 5e rvl[e One
EA
M.
CO
$)13.50
$33,OB].50
$2].I25.W
Sm
Oua le Wl antl Cap 6"Water Maln
I
EA
lses
$4.50JC0
sle4..W
$Borne"M
$S.RS.W
$15,6)SW
,50000
$4,59
$]3,SWW
B)
Nl antl Cap Maln
EA
$4,50JW
$3B.ttp.W
$',463.50
$4,B)SW
$]9,3MW
I.
Dual
Double andcopp Ca p12" Water Maln
IS"
$4,SO,
$9,[M.W
$Sp90CV
$11,R50M
$S,SW
$11,0BO.CO
coned
OB
$550]
$133,3]S.OJ
$3L
Short".I'
$63,3B135
I;. our
$149RSOW
40
2- HOPE OR-9Wtervl¢iubing
terXrvl [e Line Encasement By Bore
$]00]
$$.5..OJ
$190W
$Ilrubl
$49Ap
$5.439C0
41
Saar' Salary
]
EP
$6]S.W
$1045 CO
$1,W SW
$)Ipp]
O
43
6'vl IS,
Servl¢iap
4
EA
5.0ss,
$7SI
$309350
$4,3AW
LBB0 .CO
43
Tap
]3
EA
sRSO]
DO
R,BOJ.W
$$750.
$1235on
$$1r"'W
SB.IMBOD
$]40.W
S"
$_5775DO
44
lus al Small
Smaller Tap
3
EA
$]SO On
$....
$1335.W
$1,335W
_
$)75.00
$]]S.CO
45
Jull
3g"q"RS'WaTop -
30
EA
$I'.no
$31,LM.Po
Our
$13,3N.DO
$I...
SOVISAMAIO.W
46
Meter Setter
36
EA
$I'.AS
$2&CW W
S,yuISROS
$I,613W
$Ruyse W
$3,6SSOO
$43ail
47
Dngle5/f Water
Dual alw Meier Setter
3
EA
$$I.Bar
$3,6WW
$3,335W
54650.W
$ButeryW
$5]S0.00
4B
Nvement rServile Sire to Resting 5e rvia tine
30
EA
$SSO.O]
$16,pyS
$3,090W
$6;]W.W
$$11.
49
All
Asphalt Pavement Repair _
33W
IF
$yS ByOn.
$3111
$6],553.00
$t]W
111..
$B.A. 0
50
AsphaltPavementRepair TrenchCrossing
23g
1£
$90W
st,"IDW
$30$IOAD
$190W
$43,330.W
$1..W
$21,000 0
53
Discrete Pavement Repair Trench Crns sing
1M
$llp➢0
$14.GW.W
$3e5.00
$39903.W
$$as.
$31,W]A]
53
cooml TrencM1 OBnirlp
Gavel Ps
cat1.
D
1£
$113WW
$,I.
$3L3.
$4&W
$30,00).
53
Sly-iRepair
lk Rep air
ne
$)S.W
la".
$111.SO
$9i.00
$3y350.M
$30].W
$17.1b).
54
Onetear Pe pair
and Game,
Cubantl
I.
I.
IF
.
$40.W
$3,311.M
$55.03
' S],150.Po
55
Fowaster Po
3
IS
$R,5W.W
11'..W
$13.SW.M
250 ce,
$$1,111.
W
$S1,W].W
$31,403.0]
56
arDeals
Fence
)
EA
$&W]De
SPAPDRIPS,
$3.335M
licul
$23,3]S.00
$6.3W.W
$43,403.03
57
Sewer an, Pier Supports
4
$IOM.W
W
$SSISO3
$29]W.W
$3B.N].W
$112,494.
5B
See
B-SOP 26
t)6
LF
is
$115.W
l"Ade"
$$21...
$303,B93.]5
$1g3W
$333,494Ap
59
B'ISO oortiordMain
DIP
17
LF
IISROSS
$3&4WCU
R,,Dp5
$14&Og
$3Y]YM
$365W
$43,340.03
60
oW Jand Mam
4's o, Drod Men M1ole
EA
$115W.W
$S.'ea .W
$$21,11pal
$12,SOROd
$309,1N.0]
63
6'EPotyllmtl Menhnle
I
3
FA
$$7,W3.W
$X.0]O.W
ISSIRS03
$3G925.M
$38,001
$32,19D.
$45,Po3.W
63
To promact sting5¢ner ..In
4
W
$3B,IXO.W
$9,SWW
$23,75al
$33.fl50.W
$M'...
63
Abandon
nbe- Sewer MenMle
rshol,
30
FA
S'sone
$1175S
$$I..W
$3,3)S.W
$33,)SO.W
$3.4]5.p]
$39]50.03
W
nISSAb Manhole
4
co
5...
53,56250
$1,135.00
$3,6tll.Ol
$S1M.M
65
Maln
.I.Be
$;3WW
$93CO.W
$3,330W
$33,930 CO
$3p)n.W
R"Broon
66
4-Raper Icyleal,
4"Sewer SeM¢Tap
$5.600.03
$1,530.W
$1y1E0.[O
$650
$5,3
67
XwerX.1Is pout
UVOODSpi
1.1.
$g,60.W
$2,111.01
$..,Iles
$550
$55
W _
Tle rv1¢lo Exl 5ewxrXrvl¢
SO
$3,S..
$11gpL0
$3,$1,
$3].
Stt.
$9,]
69
1 1.Is Xrvl¢Llne
line
4"5CX44.il
$45.N
$1&650W
1,
$53.35
$]9It, .0
SSn.
$3N.W
On
$3],W].W
IO
Rover
13'S[X40 PVC Sewer En[afemeM
79
IF
$]SOW
$]I,BSOOn
$16B.3p,
$33,133.)5
$1]OW
$ly"B'sW
71
IV Spilt Steel Encasement
up
$L4W.W
$36AW.W
$5 ]0
$]4,
$5[O.W
$I3,W].W
72
Etterlor Deep on Etlsting Manhole
1
EA
$30,CM.W
$1ARE)l
$RO]SPo
$Bp]5[Y
$SA0SO
$1.1. be
13
mock E... But,
BW
Or
$3W.W
$Ir%D .W
$4I.50
$11,7..
111.
]4
6eavel OGveway
1
LS
$3YSW.W
$12,yet
$11,4Po.Po
$,I,...
SIR'. AS
III'..,
75
Sbin[M1 Min. Diameter Reel Encasement by Open Cut
41
11
$425.00
R1,425W
$3W.W
S"'RarW
$3W C0
Rcurros,
76
Deoul Fill Abandoned Does
7.
SF
S35.W
$111,00
519.W
$133,W90J
$39W
$273,00ceW
Sonny true,Nn eg Ag,rt
.ntl. BNllua.,SMwW
CITY OF
WA FAYETTEVILLE
ARKANSAS
Bid 24-22 Addendum 4
Kajacs Contractors Inc.
Supplier Response
Event Information
Number: Bid 24-22 Addendum 4
Title: Construction - Hwy 16 East Utility Relocations
Type: Invitation to Bid
Issue Date: 12/31 /2023
Deadline: 1/24/2024 02:00 PM (CT)
Notes: The City of The City of Fayetteville is accepting sealed bids from
properly licensed firms for the relocation of various water mains and
sanitary sewers along Arkansas Highway 16. Questions regarding this
bid should be addressed to Amanda Beilfuss, Sr. Purchasing Agent at
abeilfussCa�fayettevil le-ar.gov.
Contact Information
Contact: Amanda Beilfuss - Sr. Purchasing Agent
Address: Purchasing
City Hall
Room 306
113 W. Mountain St.
Fayetteville, AR 72701
Email: abeilfuss@fayetteville-ar.gov
Page 1 of 8 pages Vendor: Kajacs Contractors Inc. Bid 24-22 Addendum 4
Kajacs Contractors Inc. Information
Contact:
Michael Titsworth
Address:
3401 W. 65th St.
Little Rock, AR 72209
Phone:
(573) 785-1745
Email:
mtitsworth@kajacs.com
Web Address:
www.kajacs.com
By submitting your response, you certify that you are authorized to represent and bind your company.
Michael Titsworth mtitsworth@kajacs.com
Signature Email
Submitted at 112412024 12:16:41 PM (CT)
Requested Attachments
Bid 24-22, Required Signature Forms 24.22 REQUIRED SIG FORMS.pdf
Please attach your completed forms. These documents can be found in the Project Manual or as a convenience file in
the 'Attachments' tab titled File #00.
Bid 24-22, Bid Bond 24.22 BID BOND.pdf
Please attach a signed and completed copy of your bid bond. Bid bonds in the form of a cashier's check shall be
delivered to City Hall, Purchasing Division before bid deadline and have a copy of the cashier's check uploaded with
submittal.
Bid Attributes
1
Arkansas Secretary of State Filing Number:
41a1456278586a9
2
Arkansas Contractor License Number:
0049950324
3
Check Yes or No:
Pursuant Arkansas Code Annotated §25-1-503, the Contractor agrees and certifies that they do not currently
boycott Israel and will not boycott Israel during any time in which they are entering into, or while in contract,
with any public entity as defined in §25-1-503. If at any time during contract the contractor decides to boycott
Israel, the contractor must notify the contracted public entity in writing.
W Yes, I agree
❑ No, I don't agree
Page 2 of 8 pages Vendor: Kajacs Contractors Inc. Bid 24-22 Addendum 4
4
Check Yes or No:
Pursuant Arkansas Code Annotated §25-1-1002, the Contractor agrees and certifies that they do not currently
boycott Energy,
Fossil Fuel, Firearms, and Ammunition Industries during any time in which they are entering into, or while in
contract, with any
public entity as defined in §25-1-1002. If at any time during the contract the contractor decides to boycott Energy,
Fossil Fuel,
Firearms, and/or Ammunition Industries, the contractor must notify the contracted public entity in writing.
❑✓ Yes, I agree
❑ No, I don't agree
5
Addendum Acknowledgement
By selecting "I agree", you acknowledge that you have read and understand any addendums that have been issued
for this bid.
2 1 agree
Bid Lines
9 18-inch DR-14 PVC C900 Water Main
Quantity: 3281 UOM: LF Price: $205.00 Total: $672,605.00
1 18-inch DR-14 PVC C900 Restrained Joint Water Main
0
Quantity: 1000 UOM: LF Price: $275.00 Total: $275,000.00
Page 3 of 8 pages Vendor: Kajacs Contractors Inc. Bid 24-22 Addendum 4
2 6" Tapping Sleeve and Valve w/ Box
6
Quantity: 1 UOM: EA Price: $5,500.00 Total: $5,500.00
Page 4 of 8 pages Vendor: Kajacs Contractors Inc. Bid 24-22 Addendum 4
4 6"xl" Service Tap
2
Quantity: 4 UOM: EA Price: $700.00 Total: $2,800.00
Page 5 of 8 pages Vendor: Kajacs Contractors Inc. Bid 24-22 Addendum 4
5 8" SDR-26 PVC Sewer Main
8
Quantity: 1717 UOM: LF Price: $115.00 Total: $197,455.00
Page 6 of 8 pages Vendor: Kajacs Contractors Inc. Bid 24-22 Addendum 4
7 Gravel Driveway
4
Quantity: 1 UOM: LS Price: $12,500.00 Total: $12,500.00
Page 7 of 8 pages Vendor: Kajacs Contractors Inc. Bid 24-22 Addendum 4
7 16-inch Min. Diameter Steel Encasement by Open Cut
5
Quantity: 41 UOM: LF Price: $425.00 Total: $17,425.00
7 Grout Fill Abandoned Lines
6
Quantity: 7000 UOM: LF Price: $25.00 Total: $175,000.00
Response Total: $4,349,500.00
Page 8 of 8 pages Vendor: Kajacs Contractors Inc. Bid 24-22 Addendum 4
DOCUMENT 00 43 13 — BID BOND
KNOW ALL MEN BY THESE PRESENTS: that we
KAJACS Contractors, Inc.
3026 Cravens Road, P.O. Box 969
Poplar Bluff, MO 63901
as Principal, hereinafter called the Principal, and
United Fire & Casualty Company
P.O. Box 73909
Cedar Rapids, IA 52407-3909
a corporation duly organized under the laws of the State of Iowa as Surety, hereinafter
called Surety, are held and firmly bound unto
City of Fayetteville, Arkansas
113 West Mountain Street
Fayetteville, Arkansas 72701
as Obligee, hereinafter called Owner, in the sum of Five Percent of the Total Amount Bid
Dollars ($ 5% of the T.A.B ), for the payment of which sum,
well and truly to be made, Principal and said Surety, bind ourselves, our heirs, executors, administrators,
successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, Principal has submitted a Bid for:
FAYETTEVILLE HWY 16 EAST UTILITY RELOCATIONS
NOW, THEREFORE, if the Owner shall accept the Bid of Principal and the Principal shall enter into a
Contract with the Owner in accordance with the terms of such Bid, and give such Bond or Bonds as may
be specified in the Bidding or Contract Documents with good and sufficient surety for the faithful
performance of such Contract and for the prompt payment of labor and material furnished in the prosecution
thereof, or in the event of the failure of Principal to enter such Contract and give such Bond or Bonds, if
the Principal shall pay to the Owner the difference not to exceed the penalty hereof between the amount
specified in said Bid and such larger amount for which the Owner may in good faith contract with another
party to perform the Work covered by said Bid, then this obligation shall be null and void, otherwise to
remain in full force and effect.
21-2121 1 of 2 Section 00 43 13
12/7/23 Bid Bond
DOCUMENT 00410 —BID BOND (continued)
Signed and sealed this24th day of January 2024
PRINCIPAL (CORPORATE SEAL)
KAJACS Contractors, Inc.
?1rQNJ- 4AA-
SURETY
United Fire & Casualty Company
By
Kerry A. Sherrod, Attorney -in -Fact
J� ATTORNEY -IN -FACT (CORPORATE SEAL)
�Y! .
Kerry A. Sherrod
(This Bond shall be accompanied with
Attorney-in-Fact's authority from Surety)
END OF DOCUMENT 00 43 13
BID BOND
21-2121 2 of 2 Section 00 43 13
12/7/23 Bid Bond
• UNI I LD I IRI & CASUAL I Y (,OMI'ANY, CFDAR RAPIDS, IA inquiries: Sureh Department
LiNITrD rlRr & iNDI MNiTY COMPANY, R EBSTFR, TX 118 Second A% a SE
Ul 1 INANCiAL PACIFIC INSURANCL COMPANY, I OS ANGI I I S, CA Cedar Rapids, IA 52401
nsuRANCE
9 Cl RTIFIFD COPY OF POVI'ER OF ATTORNEY
(original on file at I Ionic Office of Company — See Certification)
KNOVt Al I PERSONS BY TT -II SI PRLSIITTS, Mat United 1 ire & Casualty Company, a corporation duly organved and existing under the laws
of the State of Iowa: United Fire & indemnity Company, a corporation duly organ• ed and existing under the lam. s of die State of Texas and rmancial
Pacific Insurance Company, a corporation duly organved and existing wider die laws of die State of California Oherem collectively called the
Companies). and having their corporate headquarters in Cedar Rapids, State of Iowa, does make, constitute and appoint
VICKIE J. NICKEL, LISA A. SUMMERS, SHAWN BYRNE, DAVID H. PARKHURST, REBECCA ANN LILLEY, KERRY A.
SHERROD, EACH INDIVIDUALLY
their true and lawful Attomey(�)-in-Fact with power and audhoriq hereby conferred to sign, seal and execute in its behalf all lawful bonds,
undertakings and other obligatory instruments of similar nature provided that no tingle obligation shall exceed $40, 000, 000. 00
and to bind the Companies thereby as fully and to the tame extent as if such Instruments -%ere signed b) die duly audhonied officers. of the Companies
and all of die acts of said Attomey, pursuant to the authority hereby given and hereby ratified and confirmed
The Authority hereby granted is continuous and shall rtmam In ftill force and effect until revoked by I united i ire & Casualty Company, United i ire &
Indemnity Company, and rinancial Pacific Instirmhce Company
This Power of Attorney is made and executed pursuant to and by authority of the following bylaw duly adopted by die Boards of Directors of l'nited
Fire & Casualty Company, United rire & Indemnity Company, mid Fmancial Pacific Insurance Company
"Article % 1 Sureh bonds and L ndertakings"
Section 2, Appointment of Attomey-In-fact "The President or any \ tce President, or any otherolticerof the Companies may, from time to time, appoint by \\ niten certificates
attorney s-m-fact to act in behalf of the Companies in the execution of policies of insurance, bondsundertakings and other obhgator) Instruments of like nature I' he signature
of any officer authorized hereby, and the Corporate seal, may be affixed by facsimile to an)po\\cr of auome) or special you er of attorney or certification of either authorized
hereb): such signature and seal, when so used, being adopted b) the Companies as the original signature of such officer and the onginal seal of the Companies, to be \slid
and binding upon the Companies u till the same force and effect as though manually affixed Such attorneys-m-fact, subject to the limitations set of forth in their iv pccti\e
certificates of authont) shall has a full po\\ cr to bind the Companies by their signature and execution of any such instruments and to attach the seal the Companies thereto
The President or any Vice President. the Board of Directors or any other officer of the Companies may at any time re%oke all po\\ er and authority previously gr en to an)
attorney-m-fact
IN \k t I'NI SS V1'HI RI OF, die COMPANIES have each caused these presents to be signed b� its
vice president and its corporate seal to be hereto affixed t iq 10t h dad/ of November, 2017
111111NN// l4Mrlrl,
a •cw�/ � 4 , 'ao" bl,niy*i fFr S Pv0
UNITTD 11RI & CASLAI TY COMPANY
CON All, I ,k+Fo o UNITED F1RI & INDEMNITY COMPANY
stir �g I FiNANCIAI. PACIFIC iNSURANCr COMPANY
tt�� : ^///� //11
1iydo ,`�� 4T a <,,.r •fl rFCf `•e /t —
+iy//� .urn ���• ''rigana It Mimo%`,06` '!.„ ••\ter (/
State of Iowa, County of I um, Ss. Vice President
On 10th day of November, 2017, before me personally came Dennis J. Richmann
to me known, %ho being b) me duly sworn, did depose and say, that he resides in Cedar Rapids, State of Iowa: that he IS d Vice President of United Tire
& Casualty Company, a Vice President of United rrre & Indemnit) Company, and a Vice President of Financial Pacific Insurance Company the
corporations described in and which executed die above instrument, that he knolls the seal of said corporations, that the seal affixed to the said insmanent
is such corporate seal; that it was so affixed pursuant to authority gn en by the Board of Directors of said corporations and that he signed his name thereto
pursuant to like authority, and acknowledges same to be the act and deed of said corporations
IC
JudithA Jones
Iowa Notarial Seal
Commission number 173041
Notate} Public
MY Commission Expires 4/232024 r9 M) commission expires: 4/23/2024
I, Mar♦ A Bertsch, Assistant Secretat) of United lire & Casualty Company and Assistant Secretary of United Fire & Indemnity Company, and Assistant
Secrelm) of Financial Pacific Insuran a Company, do hereby certify that I have compared the foregoing copy of die Power of Attorney and affidavit, and
die copy of the Section of die bylaws and resolutions of said Corporations as set forth In said Power of Attorney, %%ith die ORIGINALS ON PII L IN Till
IIOMr OFFICE OF SAID CORPORA I'lOi\S, aid that the same are correct transcripts thereof, and of die whole of die said originals, and that die said
Po%%er of Attorney has not been revoked and is now in full force and effect
In testimony whereof i have herewno subscribed m) name and affixed the corporate seal oldie said Corporations
this 24th day J January 20 24 •
``„�Pt,l lh„!rr�i+ aMo�ntn nN9i � \10*'NS0,?,
a a` a
;Z-S% CCINPOIUIS L -r UNIWJItnlr SE ='f: i„LY p? �O''
Iy • _ t c _ •_ is q U • —
DkAt �•u a yt'••p� \\�;•g� -40
Altiislan Secre)im
4Y alFOp `•TF •
NI..,,¢I�,``�;��` �''�••TIRI�
N111111,�,�� IJI &L & OF&I & I I'i(
111N '~'�'VIIh! ,I�,•\\\\\\\�\`
BPOA0049 121-
SECTION 00 41 43 - BID FORM
Contract Name: Construction - Highway 16 Utility Relocations East
Bid Number: 241-27—
BID TO:
Owner: The City of Fayetteville, Arkansas
113 West Mountain Street
Fayetteville. Arkansas 72701
BID FROM:
Bidder: l��4J-4C S Lp 1r4e D/S T .
3S/o/ W G r S1.
ARTICLE I- INTENT
1.01 The undersigned Bidder proposes an agrees, if this Bid is accepted, to enter into an
agreement %%ith Owner in the form included in the Contract Documents to perform
and furnish all Work as specified or indicated in the Contract Documents for the Bid
price and within the Bid time indicated in this Bid and in accordance n ith the other
terms and conditions of the Contract Documents.
ARTICLE 2- TERMS AND CONDITIONS
2.01 Bidder accepts all of the terms and conditions of the Invitation to Bid and
Instructions to Bidders, including without limitation those dealing with the
disposition of Bid security. This Bid will remain subject to acceptance for 90 days
after the day of Bid opening. Bidder will sign and deliver the required number of
counterparts of the Agreement %%ith the Bonds and other documents required by the
Bidding Requirements within 15 days after the date of Owner's Notice of Award.
00 41 13-1
21.2121 Highway 16 Utility Relocations Bid Form
ARTICLE 3- BIDDER'S REPRESENTATIONS
3.01 In submitting this Bid, Bidder represents. as more fully set forth in the Agreement,
that:
V Bidder has examined and carefully studied the Bid Documents. and the
following Addenda, receipt of all which is hereby acknowledged:
Number Date
t2 _Zn/1 -0y
A ?2-t
B. Bidder has visited the Site, City or Utilities and become familiar with and is
satisfied as to the general. local, and Site conditions that may affect cost. progress.
performance, and furnishing 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, performance, and furnishing
of the Work.
D. Bidder has carefully studied all: (1) 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; and (2) reports and drawings of a Hazardous
Environmental Condition, if any, at the Site. Bidder acknowledges that such
reports and drawings are not Contract Documents and may not be complete
for Bidder's purposes. Bidder acknowledges that Owner and Engineer do
not assume responsibility for the accuracy or completeness of information
and data shown or indicated in the Bid Documents with respect to
Underground Facilities at or contiguous to the Site.
E. Bidder has obtained and carefully studied (or assumes responsibility for
having done so) all such additional or supplementary examinations.
investigations, explorations, tests, studies, and data concerning conditions
(surface, subsurface, and Underground Facilities) at or contiguous to the Site
or otherwise which may affect cost, progress, performance. or furnishing of
00 41 13-2
21-2121 Highway 16 Utility Relocations Bid Form
ARTICLE 5- CONTRACT TIMES
5.01 Bidder agrees that the Work will be substantially completed and completed and ready
for final payment within the number of calendar days or date indicated in the Agreement.
5.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event
of failure to complete the Work within the times specified in the Agreement.
ARTICLE 6- BID CONTENT
6.01 The following documents are attached to and made a condition of this Bid:
A. Required Bid security in the form of a cashier's check from a financial institution
located in the State of Arkansas or a Bid Bond and in the amount of
rQ Rl/6tn l- Dollars ($_ r Zo )
B. A tabulation of Subcontractors and other persons and organizations required
to be identified in this Bid.
ARTICLE 7- COMMUNICATIONS
7.01 Communications concerning this Bid shall be addressed to the Bidder as follows:
Email P"Al k"'O"A K^d tC t. Age,
Phone No. S-0/� 2I19- OGG r
Fax No. S`73 - 19 -1 112.17
00 41 13-9
21-2121 Highway 16 Utility Relocations Bid Form
ARTICLE 8- TERMINOLOGY
8.01 The terms used in this Bid which are defined in the GENERAL CONDITIONS or
Instructions to Bidders will have the meanings assigned to them.
Arkansas State Contractor License No. VOYIM32V __
If Bidder is:
An Individual
Name (type or printed):
By: (SEAL)
(individual's Signature)
Doing business as:
Business address:
Phone No: Fax No.
Email Address:
A Partnership
Partnership Name: 14A (SEAL)
By:
(Signature of general partner -attach evidence of authority to sign)
Name (type or pri
Business address:
Phone No:
Email Address:
Fax No.
00 41 13-10
21-2121 Highway 16 Utility Relocations Bid Form
A Corporation or Corporate entity including Limited Liability Company (LLQ
A( A�
Corporation Name : ,4j,C. (SEAL)
State of Incorporation:
Type (General Business. Professional. Service. Limited Liability):_ �Orw d4Aal-�
Corporate Tax ID Number: 0- id to 41Q 5/2
(Signature -attach evidence of authority to sign)
Name (type or printed): t-Su a C.pL
Title: OFY O,,�rg t.- �AA r'144-'� f. b.-
(CORPORATE SEAL)
Attest:—
(Signature of Corporate Secretary)
Business address:_ 311O/ W (yS ,f1.
/.�/.
Phone No: SO% j j(f- IDb L f Fax No. S 7?- 70 r' 4 2.?
Email Address: I'%)l f fwo r k�m t^ j� Gt• GO—
21-2121 Highway 16 Utility Relocations
00 41 13-11
Bid Form
DOCUMENT 00 43 14 — LIST OF SUBCONTRACTORS
In compliance with the Instructions to Bidders and other Contract Documents, the undersigned submits
the following names of Subcontractors to be used in performing the Work for:
Bidder certifies that all Subcontractors listed are eligible to perform the Work.
Subcontractor's Work
Subcontractor's Name
Expected Percentage
and Address
or Value
Clearing/Demolition
%i.4-/.4-L S
S WPPP/Erosion Control
��i¢ �� 6
Asphalt
�,O�t G
0�
S' F• ,/s�P K./
r�r''�
Concrete
/•% Cs
Landscaping
94 [ t
Material Testing
z#75f
• / /47
Other (designate)
Xoelf.— g c 104"r?
�D
vpy� �i.re!n� f�7 72`}f G
NOTE: This form must be submitted in accordance with the Instructions to Bidders.
1-�
-.,� 436-2---- -
Bidder's Signature
21-2121 1 of 2 Section 00 43 14
12/7/23 List of Subcontractors
PO Box %9
Poplar Bluff, MO 639o2
November 2, 2018
Letter of Resolution
573-785-1745
(Fax) 573-785-6237
www kajacs.com
1, Aron Persons, President of 5 f :)ntractors, Inc. do hereby give Michael Titsworth, Project
Manager/Estimator the a ority sign contracts on behalf of KAJACS Contractors, Inc.
Aron Persons, President
MyLynn Gargac, Corporate Secretary
Equal Opportunity Employer
Arkansas Secretary of State
Mark Martin
State Capitol Building • Little Rock, Arkansas 72201-1094 •501-682-3409
Certificate of Good Standing
I, Mark Martin, Secretary of State of the State of Arkansas, and as such, keeper of the records
of domestic and foreign corporations, do hereby certify that the records of this office show
KAJACS CONTRACTORS, INC.
formed under the laws of the state of Missouri, and authorized to transact business in the State
of Arkansas as a Foreign For Profit Corporation, was granted a Application for Certificate of
Authority by this office March 8, 1995.
Our records reflect that said entity, having complied with all statutory requirements in the State
of Arkansas, is qualified to transact business in this State.
In Testimony Whereof, I have hereunto set my hand
and affixed my official Seal. Done at my office in the
City of Little Rock, this 25th day of January 2018.
Mark Martin
Secretary of State
Online Certificate Authorization Code. 4lal456278586a9
To verify the Authorization Code, visit sos.arkansas.gov
License No. 0049950324
Irc
State of Arkansas
Commercial Contractors Licensing Board
KAJACS CONTRACTORS, INC., DB/A SEMPIPE
PO BOX 969
POPLAR BLUFF, MO 63902
This is to Certify That
KAJACS CONTRACTORS, INC., DB/A SEMPIPE
is duly licensed under the provisions of Ark. Code Ann. § 17-25-101 et. seq. as
amended and is entitled to practice Contracting in the State of Arkansas within
the following classifications/specialties:
BUILDING
- (COMMERCIAL & RESIDENTIAL)
HIGHWAY, RAILROAD, AIRPORT
CONSTRUCTION
MUNICIPAL & UTILITY CONSTRUCTION
This contractor has an unlimited suggested bid limit.
from March 17, 2023 Until
March 31, 2024 when this Certificate expires.
Witness our hands of the Board, dated at North Little Rock, Arkansas
CHAIRMAN
SECRETARY
March 17, 2023 - dsa
DOCUMENT 00 10 40 — BIDDER'S QUALIFICATION STATEMENT
Contract Name: FAYETTEVILLE HWY 16 EAST UTILITY RELOCATIONS
Bid #: 24-22, Construction
Date: t 12.4S4
SUBMITTED TO:
The City of Fayetteville, Arkansas
113 West Mountain Street
Fayetteville, Arkansas 72701
SUBMITTED BY:
Company K A, A C S Con4ru n a
Name AILI, &P-1 71271 ry..,4,
Address ��io( loi"�—" S�. L�'l{te po�LA4.1z o )
Principal Office d026 C-ravtni IQd, Po orAC W,0l9. Ggy01
Corporation, partn ship, individual, joint
venture, other 0 4 rJ110^
Arkansas State General Contractor's License Number
bo�Tgro3z�
(Type or legibly print)
EXPERIENCE STATEMENT
Bidder has been engaged as a General Contractor in construction for 3y years and
has performed work of the nature and magnitude of this Contract for 3 years.
Bidder has been in business under its present name for 73:u years.
2. Bidder now has the following bonded projects under contract: (On a separate sheet, list
project name, owner, name of owner contact, engineer / architect, name of
engineer/architect contact, amount of contract, surety, and estimated completion date.)
.�40016%,f d
3. Bidder has completed the following (list minimum of 3) contracts consisting of work
similar to that proposed by this Contract: (On a separate sheet, list project name,
owner, name of owner contact, engineer / architect, name of engineer/architect contact,
amount of contract, surety, and date of completion and percentage of the cost of the
Work performed with Bidder's own forces.)
4. Has Bidder ever failed to cgmplete any project? If so, state when, where, and why.
21-2121 1 of 4 Section 00 10 40
12/27/23 Bidder Qualification Statement
DOCUMENT 00140 — BIDDER'S QUALIFICATION STATEMENT (continued)
Bidder normally performs the following work with his own forces:
�fo.�. �rF� L�PAr 4 �� �•r�. �5��..��
6. Construction experience of key individuals in the organization is as follows (continued
on attached sheets if needed):
7. In the event the Contract is awarded to Bidder, the required surety Bonds will be
furnished by the following surety company and name and address of agent:
(4
Yot r l/Cy CT A ��K� 1c fey
Bidder's Workmen's Compensation Experience Modifier Factor is:
FINANCIAL STATEMENT
B. If requested by the City of Fayetteville during the evaluation of bids the bidder shall provide
to the City of Fayetteville the following additional information:
Bidder possesses adequate financial resources as indicated by the following:
I . Assets and Liabilities: Attach a financial statement, audited if available, including
Bidder's latest balance sheet and income statements showing the following items:
a. Current assets (cash, joint venture accounts, accounts receivable, notes
receivable, accrued income, deposits, materials inventory, and prepaid expenses).
b. Net fixed assets.
c. Other assets.
21-2121 2 of 4 Section 00 10 40
12/27/23 Bidder's Qualification Statement
DOCUMENT 00140 — BIDDER'S QUALIFICATION STATEMENT (continued)
d. Current liabilities (accounts payable, notes payable, accrued expenses, provision
for income taxes, advances, accrued salaries, and accrued payroll taxes).
e. Other liabilities (capital, capital stock, authorized and outstanding shares par
values, earned surplus, and retained earnings).
f. Name of firm preparing financial statement and date thereof:
If financial statement is not for identical organization named herein, explain relationship and financial
responsibility of the organization furnished.
2. Current Judgments: The following judgements are outstanding against Bidder:
Judy-ment Creditors Where Docketed and Date Amount
a. A11A $
b.
Bidder hereby represents and warrants that all statements set forth herein are true and correct
Date: V Z `'� 20
.r • r
,
�'
i. `
(OFFICIAL SEAL) '� �,�,' 'f'•
Name of Organization:
By
IV
(Type or legibly print)
(Signature)
Title
(Type or legibly print)
(If Bidder is a partnership, the partnership name shall be signed, followed by the signature of at least one
of the partners. If Bidder is a corporation, the corporate name shall be signed, followed by the signature
of a duly -authorized officer and with the corporate seal affixed.)
21-2121 3 of 4 Section 00 10 40
12/27/23 Bidder's Qualification Statement
i a JAB
KAJACS Contractors, Inc
3026 Cravens Rd
PO Box 969
Poplar Bluff MO 63902
573-785-1745
Owner: Texarkana Water Utilities
Address:
801 Wood Street, Texarkana, TX 75501
Contact Name:
Kenny Icenhower
Telephone Number:
903-798-3819
Job Name:
Hwy 71 Water Main Relocation
Location:
Texarkana, Arkansas
Contract Amount:
$4,249,500.00
Started:
Projected 5/1/24
Complete:
Pending
Owners Representation:
Spears Engineering Company
Bidders Representation:
Michael Titsworth PM
Funding Agency:
Texarkana Water Utilities
Scope:
6500' of 42" DIP Water and Appurtenances
Job Number:
554
Owner:
Washington Water Authority
Address:
3685 E. Heritage Pk , Farmington, AR 72730
Contact Name:
Larry Gregory
Telephone Number:
479-287-4677
Job Name:
WWA Hwy 170 Water Relocation
Location:
Farmington, AR
Contract Amount:
$1,074,995.00
Started:
1 /29/2024
Complete:
Pending
Owners Representation:
Garver Engineers
Bidders Representation:
Michael Titsworth PM
Funding Agency:
Washington Water Authority
Scope:
2500' of 12" to 4" Water Relocation
Job Number:
553
Owner:
Town of Stanton
Address:
8 Main Street, Stanton, TN 38069
Contact Name:
Alan Sterbinsk , Mayor
Telephone Number:
731-548-2565
Job Name:
State Route 222 Sewer Line
Location:
Stanton, TN
Contract Amount:
$3,200,000.00
Started:
11/22/2023
Complete:
Projected 4/15/24
Owners Representation:
A2H Engineers - Travis Martin
Bidders Representation:
Rodger Williams, PM
Funding Agency:
City of Stanton
Scope:
12,400' of 8" Gravity Sewer and 14,100' of 8" & 6" Force Main
Job Number:
552
Owner:
Little Rock Water Reclamation Authority
Address:
11 Clearwater Drive, Little Rock, AR 72204
Contact Name:
Quentin Nelson
Telephone Number:
501-517-7972
Job Name:
LRWRA Benny Craig Park Sewer Improvement
Location:
Little Rock, AR
Contract Amount:
$1,000,000.00
Started:
9/11/2023
Complete:
Projected 2/15/24
Owners Representation:
Arcadis Engineers
Bidders Representation:
Michael Titsworth PM
Funding Agency:
Little Rock Water Reclamation Authority
Scope:
800' of 12" Gravity Sewer and Appurtenances
Job Number:
551
Owner:
City of Winona
Address:
Courthouse Square, Winona, MO 65588
Contact Name:
Robert Summers, PE
Telephone Number:
573-718-4627
Job Name:
Manhole Repair Project
Location:
Winona, MO
Contract Amount:
$433,900.00
Started:
6/23/2023
Complete:
11/10/2023
Owners Representation:
Robert Summers, PE
Bidders Representation:
Rodger Williams, PM
Funding Agency:
City of Winona
Scope:
Adjust approximately 152 manholes
Job Number:
550
Owner:
City of Hot Springs
Address:
PO Box 6300, Hot Springs, AR
Contact Name:
Todd Piller
Telephone Number:
501-209-6973
Job Name:
Contract D: Lake Catherine Crossing
Location:
Hot Springs, AR
Contract Amount:
$1,415,000.00
Started:
8/1 /2023
Complete:
Projected 2/15/24
Owners Representation:
Crist Engineers
Bidders Representation:
Phillip Wagner PM
Funding Agency:
City of Hot Springs
Scope:
700' of 24" DIP Water Suspended Under Bridge
Job Number:
549
Owner:
Pike Creek Reorganized Sewer District
Address:
4550 Hwy PP, Poplar Bluff, MO 63901
Contact Name:
Larry Wells
Telephone Number:
573-778-1321
Job Name:
Pike Creek Emergency FM
Location:
Poplar Bluff, MO
Contract Amount:
$405,000.00
Started:
4/1 /2023
Complete:
8/1 /2023
Owners Representation:
Robert Summers, PE
Bidders Representation:
Rodger Williams, PM
Funding Agency:
Pike Creek Reorganized Sewer District
Scope:
5,450 LF of 10" SDR21 PVC Force Main
Job Number:
548
Owner:
Benton Washington Regional Public Water Authority
Address:
15531 Woods Lodge Rd, Rogers, AR 72756
Contact Name:
Matt Dunn
Telephone Number:
501 664-1552
Job Name:
Distribution System Imp. - Phase 1 B
Location:
Washington County. Arkansas
Contract Amount:
$12,676,125.00
Started:
9/1 /2023
Complete:
In Progress
Owners Representation:
Matt Dunn. P.E
Bidders Representation:
Mike Titsworth, PM
Funding Agency:
Benton Washington Regional Public Water Authority
Scope:
14,250 LF of 54" Welded Steel Water Pipeline
Job Number:
547
Owner:
Benton Washington Regional Public Water Authority
Address:
15531 Woods Lodge Rd, Rogers, AR 72756
Contact Name:
Matt Dunn
Telephone Number:
501 664-1552
Job Name:
Distribution System Imp. - Phase 1A
Location:
Washington County, Arkansas
Contract Amount:
$12,800,000.00
Started:
9/1 /2023
Complete:
In Progress
Owners Representation:
Matt Dunn. RE
Bidders Representation:
Rodger Williams. PM
Funding Agency:
Benton Washington Regional Public Water Authority
Scope:
18,000 LF of 54" Welded Steel Water Pipeline
Job Number:
546
Owner:
Cabot Water Works
Address:
1 City Plaza, Suite B, Cabot, AR 72023
Contact Name:
Tim Joyner
Telephone Number:
501-743-2154
Job Name:
Hwy 321 Sewer Extension
Location:
Cabot, AR
Contract Amount:
$3,061,222.50
Started:
5/1/2023
Complete:
In Progress
Owners Representation:
Matt Dunn, PE
Bidders Representation:
Mike Titsworth PM
Funding Agency:
Cabot Waterworks
Scope:
13,500 LF of 18"-8" Gravity Sewer
Job Number:
545
Owner:
Jackson Energy Authority
Address:
250 N Highland Ave., Jackson, TN 38301
Contact Name:
Jerry Caldwell, PE
Telephone Number:
901-530-1805
Job Name:
SF Sewer Interceptor
Location:
Jackson, Tn
Contract Amount:
$4,275,136.50
Started:
6/1 /2023
Complete:
In Progress
Owners Representation:
Jerry Caldwell, PE
Bidders Representation:
Rodger Williams PM
Funding Agency:
Jackson Energy Authority
Scope:
5,786 LF of 36" Gravity Sewer
Job Number:
544
Owner:
Bayou Meto Water Management District
Address:
1300 N. Center St Ste 9, Lonoke, AR 72086
Contact Name:
Daniel Hollinger, PE
Telephone Number:
501-376-3633
Job Name:
Bayou Meto Water Management District Orlicek 1&2 Sanda e 1 Pumping Sys.
Location:
Lonoke, AR
Contract Amount:
$2,378,200.00
Started:
2/1 /2023
Complete:
10/23/2023
Owners Representation:
Daniel Hollinger, PE
Bidders Representation:
Phillip Wagner PM
Funding Agency:
Bayou Meto Water Management District
Scope:
3 Pumping Systems with 13,000' of 24" Pipe
Job Number:
543
Owner:
City of Poplar Bluff, MO
Address:
501 Vine St, Poplar Bluff, MO 63901
Contact Name:
Jim McLeish, PE
Telephone Number:
314-335-8640
Job Name:
Drainage Improvements
Location:
Poplar Bluff, MO
Contract Amount:
$491,990.00
Started:
11/1/2022
Complete:
4/1/2023
Owners Representation:
Jim McLeish, PE
Bidders Representation:
Rodger Williams PM
Funding Agency:
CBDG
Scope:
1,200' of 48" & 200' of 36" RCP Drainage Pipe
Job Number:
542
Owner:
City of Sheridan AR
Address:
106 West Bell St, Sheridan, AR
Contact Name:
David Fitzgerald
Telephone Number:
870-942-6048
Job Name:
Sheridan 24" Sewer
Location:
Sheridan AR
Contract Amount:
$475,000.00
Started:
11/1/2022
Complete:
6/15/2023
Owners Representation:
David Fitzgerald
Bidders Representation:
Phillip Wagner PM
Funding Agency:
City of Sheridan
Scope:
24" SEWER
Job Number:
541
Owner:
Redstond Construction
Address:
505 West Dixon Rd, Little Rock, AR 72206
Contact Name:
Andy Rose
Telephone Number:
501-539-0828
Job Name:
Project Repeat Site Utilities
Location:
North Little Rock AR
Contract Amount:
$2,605,574.00
Started:
11/30/2022
Complete:
4/15/2023
Owners Representation:
Andy Rose
Bidders Representation:
Michael Titsworth PM
Funding Agency:
Self
Scope:
Water and Sewer
Job Number:
540
Owner:
Butler County PWSD # 3
Address:
3129 HWY AA, Poplar Bluff, MO 63901
Contact Name:
Jim McLeish, PE
Telephone Number:
314-335-8640
Job Name:
Water Treatment Plant Imp.
Location:
Poplar Bluff, MO
Contract Amount:
$550,000.00
Started:
1 /1 /2023
Complete:
7/23/2023
Owners Representation:
Jim McLeish, PE
Bidders Representation:
Rodger Williams PM
Funding Agency:
Butler County PWSD # 3
Scope:
Water Treatment Plant Imp.
Job Number:
539
Owner:
Redstond Construction
Address:
505 West Dixon Rd, Little Rock, AR 72206
Contact Name:
Andy Rose
Telephone Number:
501-539-0828
Job Name:
Project Repeat Site De -Water
Location:
North Little Rock AR
Contract Amount:
$613,200.00
Started:
8/1 /2022
Complete:
11/30/2022
Owners Representation:
Andy Rose
Bidders Representation:
Michael Titsworth, PM
Funding Agency:
Self
Scope:
De -Water Wells and piping
Job Number:
538
Owner:
Big Springs Utilities
Address:
Van Buren, MO
Contact Name:
Conor Malane
Telephone Number:
847-344-0452
Job Name:
Big Springs Utilities
Location:
Van Buren, MO
Contract Amount:
$8,908,250.00
Started:
7/1 /2022
Complete:
TBD
Owners Representation:
Conor Malane
Bidders Representation:
Rodger Williams PM
Funding Agency:
NPS
Scope:
Utilities
Job Number:
537
Owner:
City of Pi oft, AR
Address:
194 W Court, Pi oft, AR 72454
Contact Name:
Greg Bell, PE
Telephone Number:
573-785-9621
Job Name:
Wastewater Imp.
Location:
Pi oft, AR
Contract Amount:
$1,104, 835.00
Started:
5/25/2022
Complete:
3/1/2023
Owners Representation:
Greg Bell, PE
Bidders Representation:
Rodger Williams PM
Funding Agency:
of Pi oft, AR
Scope:
-City
WWTF Imp.
Job Number:
536
Owner:
ConwayCorporation
Address:
650 Locust St. Conway, AR 72034
Contact Name:
Jeremy Koone
Telephone Number:
501-548-3008
Job Name:
TCWWTP Gravity to TBLW at Tucker Creek
Location:
ConwayAR
Contract Amount:
$7,350,000.00
Started:
Projected 8/1/22
Complete:
In Progress
Owners Representation:
Jeremy Koone
Bidders Representation:
Michael Titsworth, PM
Funding Agency:
ConwayCorporation
Scope:
12,328 LF of 36" Sewer Main
Job Number:
535
Owner:
Benton Washington Regional Public Water Authority
Address:
15531 Woods Lodge Rd, Rogers, AR 72756
Contact Name:
Matt Dunn
Telephone Number:
501 664-1552
Job Name:
Waste Residual Lagoons
Location:
Washington County, Arkansas
Contract Amount:
$4,125,000.00
Started:
5/2/2022
Complete:
11/1/2022
Owners Representation:
Matt Dunn. RE
Bidders Representation:
Rodger Williams. Esimator
Funding Agency:
Benton Washington Regional Public Water Authority
Scope:
Water Treatment Plant Imp.
Job Number:
534
Owner:
Carter County
Address:
105 Main St, Van Buren, MO 63965
Contact Name:
Ron Keene
Telephone Number:
573-323-4527
Job Name:
Utilities & Storm water
Location:
Van Buren, MO
Contract Amount:
$427,000.00
Started:
6/5/2022
Complete:
12/31/2023
Owners Representation:
Ron Keene
Bidders Representation:
Rodger Williams PM
Funding Agency:
Carter County
Scope:
Water, Sewer, & Stormwater
Job Number:
533
Owner:
City of Greenwood Arkansas
Address:
30 Bell Road Greenwood, AR 72936
Contact Name:
Jeremy Shores
Telephone Number:
479-474-1227
Job Name:
Highway 10 Transmission Line
Location:
Greenwood AR
Contract Amount:
$655,000.00
Started:
4/1 /2022
Complete:
7/15/2022
Owners Representation:
Hawkins -Weir
Bidders Representation:
Phillip Wagner, PM
Funding Agency:
City of Greenwood Arkansas
Scope:
4500 LF of 12" PVC Water
Job Number:
532
Owner:
City of Van Buren, MO
Address:
1401 Main St, Van Buren, MO 63965
Contact Name:
Shannon Todd, PE
Telephone Number:
573-772-4203
Job Name:
Water Improvements
Location:
Van Buren, MO
Contract Amount:
$3,090,000.00
Started:
3/14/2022
Complete:
TBD
Owners Representation:
Shannon Todd, PE
Bidders Representation:
-Rodger Williams PM
Funding Agency:
USDA
Scope:
Water Improvements
Job Number:
531
Owner:
City of Benton Arkansas
Address:
1827 Dale Ave. Benton, Arkansas
Contact Name:
Shawn Jackson
Telephone Number:
501-326-7979
Job Name:
Exit 114 Waterline
Location:
Benton, Arkansas
Contract Amount:
$1,880,435.13
Started:
10/1/2021
Complete:
4/25/2022
Owners Representation:
MCE
Bidders Representation:
Michael Titsworth, PM
Funding Agency:
Benton
Scope:
7500 LF of 16" DIP Water Line
Job Number:
530
Owner:
City Of New Alban
Address:
101 W BANKHEAD ST, NEW ALBANY, MS 38652
Contact Name:
Mike Faultner
Telephone Number:
662 489-1525
Job Name:
Carter Ave. Lift Station
Location:
NEW ALBANY, MS
Contract Amount:
$634,000.00
Started:
9/30/2021
Complete:
In Progress
Owners Representation:
Mike Faultner RE
Bidders Representation:
Rodger Williams, Estimator
Funding Agency:
CITY OF NEW ALBANY
Scope:
Rehab of Sewer Lift Station
Job Number:
529
Owner:
Alcorn County Board of Supervisors
Address:
305 S. Fulton Drive, Corinth, MS 38834
Contact Name:
Nicholas Brawner, PE
Telephone Number:
662-287-2080
Job Name:
Project Bulldog Water Utilities
Location:
Corinth, MS
Contract Amount:
$1,783,000.00
Started:
9/20/2021
Complete:
In Progress
Owners Representation:
Nicholas Brawner, PE
Bidders Representation:
Rodger Williams, Estimator
Funding Agency:
Alcorn County Board of Supervisors
Scope:
Water Line and Pump Station
Job Number:
528
Owner:
City of Fayetteville
Address:
113 West Mountain Street Fayetteville, AR 72701
Contact Name:
Corey Granderson
Telephone Number:
479-575-8220
Job Name:
Richland Creek Water Crossing
Location:
Goshen AR
Contract Amount:
$748,000.00
Started:
10/ 15/2021
Complete:
3/4/2022
Owners Representation:
Olsson
Bidders Representation:
Michael Titsworth, PM
Funding Agency:
Fayetteville
Scope:
18" Water with Water Crossing
Job Number:
527
Owner:
City of Fayetteville
Address:
113 West Mountain Street Fayetteville, AR 72701
Contact Name:
Corey Granderson
Telephone Number:
479-575-8220
Job Name:
2021 Waterline Improvements
Location:
Multiple locations -Fa etteville
Contract Amount:
$3,479,500.00
Started:
11/1/2021
Complete:
In Progress
Owners Representation:
Corey Granderson
Bidders Representation:
Michael Titsworth, PM
Funding Agency:
Fayetteville
Scope:
Approx 10,000 LF of 12"-4" Water Lines
Job Number:
526
Owner:
Heber Springs Water and Sewer
Address:
1108 W. Front Street, Heber Springs, AR 72543
Contact Name:
Clint Bell
Telephone Number:
501-362-3744
Job Name:
HSWS Outfall Improvements
Location:
Heber Springs Arkansas
Contract Amount:
$4,694,000.00
Started:
8/1 /2021
Complete:
9/1/2022
Owners Representation:
Clint Bell
Bidders Representation:
Leon Spencer, Estimator
Funding Agency:
Heber Springs Arkansas
Scope:
15,000 LF of 24"-30" Sewer
Job Number:
525
Owner:
City of Hot Springs Arkansas
Address:
133 Convention Boulevard, Hot Springs, AR 71901
Contact Name:
Matt Dunn
Telephone Number:
501 664-1552
Job Name:
Contract 5: US Hwy 70 to New Water Treatment Plant
Location:
Hot Springs, Arkansas
Contract Amount:
$9,325,000.00
Started:
8/1/2021
Complete:
In Progress
Owners Representation:
Matt Dunn. P.E
Bidders Representation:
Michael Titsworth. Estimator
Funding Agency:
City of Hot Springs Arkansas
Scope:
24,000 LF of 42" Steel Raw Water Line
Job Number:
524
Owner:
Malvern Waterworks
Address:
506 Overman Street, Malvern, Arkansas 72104
Contact Name:
David Coston
Telephone Number:
501-332-3634
Job Name:
Malvern Sewer System Rehab Contract 1
Location:
Malvern, Arkansas
Contract Amount:
$1,398,000.00
Started:
8/1 /2021
Complete:
2/15/2022
Owners Representation:
Les Price, RE
Bidders Representation:
Leon Spencer, Estimator
Funding Agency:
City Of Malvern, Arkansas
Scope:
7500 LF of Pipe Burst, 1130 LF of CIPP, 725 LF of Open Cut
Job Number:
523
Owner:
Redstone Construction Group
Address:
505 W Dixon Rd, Little Rock, AR 72206
Contact Name:
Andy Rose
Telephone Number:
501 374-1557
Job Name:
PROJECT RUNNER -AMAZON FACILITY
Location:
North Little Rock, Arkansas
Contract Amount:
$2,300,890.00
Started:
1 /15/2021
Complete:
7/23/2021
Owners Representation:
Andy Rose. RE
Bidders Representation:
Michael Titsworth. Estimator
Funding Agency:
Amazon Corporation
Scope:
Site Water & Sewer Packages
Job Number:
522
Owner:
Central Arkansas Water
Address:
221 E Capitol Ave, Little Rock, AR 72202
Contact Name:
Joe O'hara
Telephone Number:
501 372-5161
Job Name:
North Rodney Paraham Rd 8" Water Relocation
Location:
North Little Rock, Arkansas
Contract Amount:
$744,570.00
Started:
2/1 /2021
Complete:
11/1/2021
Owners Representation:
Joe O'hara. RE
Bidders Representation:
Kyle Persons. Estimator
Funding Agency:
Central Arkansas Water
Scope:
Relocate 4,400LF of 8" D.1 Waterlines
Job Number: 521
Owner:
Benton Washington Regional Public Water Authority
Address:
15531 Woods Lodge Rd, Rogers, AR 72756
Contact Name:
Matt Dunn
Telephone Number:
501 664-1552
Job Name:
South Transmission System Parallel Line Project - Westville Water
Location:
Washington County, Arkansas
Contract Amount:
$1,133,500.00
Started:
2/1 /2021
Complete:
7/1/2021
Owners Representation:
Matt Dunn. RE
Bidders Representation:
Kyle Persons. Estimator
Funding Agency:
Benton Washington Regional Public Water Authority
Scope:
12,000LF of 12" D.I Water Line
Job Number:
520
Owner:
Benton Washington Regional Public Water Authority
Address:
15531 Woods Lodge Rd, Rogers, AR 72756
Contact Name:
Matt Dunn
Telephone Number:
501 664-1552
Job Name:
South Transmission System Parallel Line Project - Contract 2
Location:
Washington County, Arkansas
Contract Amount:
$5,617,000.00
Started:
2/1 /2021
Complete:
5/1 /2022
Owners Representation:
Matt Dunn. RE
Bidders Representation:
Rodger Williams. Esimator
Funding Agency:
Benton Washington Regional Public Water Authority
Scope:
36,000LF of 24" DA Water Line
Job Number:
519
Owner:
Benton Washington Regional Public Water Authority
Address:
15531 Woods Lodge Rd, Rogers, AR 72756
Contact Name:
Matt Dunn
Telephone Number:
501 664-1552
Job Name:
South Transmission System Parallel Line Project - Contract 1
Location:
Benton County, Arkansas
Contract Amount:
$5,795,000.00
Started:
3/1 /2021
Complete:
4/1/2022
Owners Representation:
Matt Dunn. RE
Bidders Representation:
Michael Titsworth. Estimator
Funding Agency:
Benton Washington Regional Public Water Authority
Scope:
40,000LF of 24" D.I Water Line
Job Number:
518
Owner:
City of Hot Springs Arkansas
Address:
133 Convention Boulevard, Hot Springs, AR 71901
Contact Name:
Matt Dunn
Telephone Number:
501 664-1552
Job Name:
Water Tranmission Pipeline Contract A: New Water Treatment Plant to HWY. 7
Location:
Hot Springs, Arkansas
Contract Amount:
$4,431,775.00
Started:
12/1/2020
Complete:
10/15/2021
Owners Representation:
Matt Dunn. RE
Bidders Representation:
Michael Titsworth. Estimator
Funding Agency:
City of Hot Springs Arkansas
Scope:
12,500LF of 36" D.I, 4,100LF of 24" D.I & 850LF of 12" D.I Water Lines
Job Number:
517
Owner:
Pike Creek Reorganized Common Sewer District
Address:
4878 Hwy PP, Poplar Bluff, MO 63901
Contact Name:
Ron Keene
Telephone Number:
573 996-6003
Job Name:
Wastewater System Improvement Project - Phase 4
Location:
Poplar Bluff, Missouri
Contract Amount:
$2,414,000.00
Started:
8/14/2020
Complete:
10/1/2021
Owners Representation:
Ron Keene
Bidders Representation:
Rodger Williams. Estimator
Funding Agency:
United States Department of Agriculture
Scope:
Rehab Lift Stations, New 12" Force Main, Gravity Sewer, MH Lining, Sludge Removal
Job Number:
516
Owner:
City of New Madrid Missouri
Address:
105 Howard St, New Madrid, MO 63869
Contact Name:
Billy Cobb
Telephone Number:
573 785-9621
Job Name:
Sewer Line Replacement
Location:
New Madrid Missouri
Contract Amount:
$984,550.00
Started:
8/1 /2020
Complete:
6/1/2021
Owners Representation:
Billy Cobb. RE
Bidders Representation:
Rodger Williams, Estimator
Funding Agency:
City of New Madrid Missouri
Scope:
1,839LF of 8" Sewer Replacement
Job Number:
515
Owner:
Redstone Construction Group
Address:
505 W Dixon Rd, Liftle Rock, AR 72206
Contact Name:
Andy Rose
Telephone Number:
501 374-1557
Job Name:
PROJECT DIAMOND -AMAZON FACILITY
Location:
North Little Rock, Arkansas
Contract Amount:
$1,150,000.00
Started:
6/29/2020
Complete:
12/15/2020
Owners Representation:
Andy Rose. RE
Bidders Representation:
Michael Titsworth, Estimator
Funding Agency:
Amazon Corporation
Scope:
Dewater & Install Fiber Glass Wet Well - Valve Vault W/ Gravity Sewer
Job Number:
514
Owner:
City Of Russelville Arkansas
Address:
205 WEST 3RD PLACE, Russellville, AR 72801
Contact Name:
Richard Harris
Telephone Number:
479 968-2098
Job Name:
1-40 SOUTH GRAVITY SEWER INTERCEPTOR
Location:
RUSSELLVILLE, ARKANSAS
Contract Amount:
$3,399,000.00
Started:
6/22/2020
Complete:
7/1/2021
Owners Representation:
Jerry Martin. RE
Bidders Representation:
Michael Titsworth, Estimator
Funding Agency:
US Department of Commerce Economic Devolo ment
Scope:
2,200LF of 30-inch, 7,400LF of 24-inch sewer pipe & manholes
Job Number:
513
Owner:
Arkansas Department of Transportation
Address:
221 East Capitol Ave Little Rock, AR 72203
Contact Name:
Rob Broderick RE
Telephone Number:
Job Name:
CANTRELL RD./ 1-430 WEST TO PLEASANT RIDGE
Location:
Little Rock, Arkansas
Contract Amount:
$3,300,000.00
Started:
6/1 /2020
Complete:
6/1/2021
Owners Representation:
Rob Broderick RE
Bidders Representation:
Michael Titsworth, Estimator
Funding Agency:
Arkansas Department of Transportation
Scope:
3515LF of 12" DIP, 1760LFt of 8" DIP, 750LF of 30" DIP, 500LFt of 16" DIP
Job Number:
512
Owner:
Malvern Waterworks
Address:
506 Overman Street, Malvern, Arkansas 72104
Contact Name:
David Coston
Telephone Number:
501-332-3634
Job Name:
Malvern WWTF Improvements
Location:
Malvern, Arkansas
Contract Amount:
$5,525,000.00
Started:
4/20/2020
Complete:
10/15/2021
Owners Representation:
Les Price, RE
Bidders Representation:
Michael Titsworth, Estimator
Funding Agency:
City Of Malvern, Arkansas
Scope:
WTFF Renovations and 3500LF of 36" Ductile Sewer Outfall
Job Number:
511
Owner:
The State of Missouri Office of Administration
Address:
Jefferson City, Missouri
Contact Name:
Kelly Hammock
Telephone Number:
573-751-3339
Job Name:
Water & Wastewater Systems Upgrade W. E. Sears Youth Center
Location:
Poplar Bluff, Missouri
Contract Amount:
$1,025,000.00
Started:
2/21/2020
Complete:
11/25/2020
Owners Representation:
Dominic Thompson, RE
Bidders Representation:
Rodger Williams, Estimator
Funding Agency:
The State of Missouri Office of Administration
Scope:
Lagoon Renovations, Pump Station, Force Main, Land Application of Effluent
Job Number:
510
Owner:
City of Fayetteville, Arkansas
Address:
113 West Mountain Street Fayetteville, AR 72701
Contact Name:
Corey Granderson
Telephone Number:
479-575-8220
Job Name:
Mornin side Waterline Relocate
Location:
Fayetteville, Arkansas
Contract Amount:
$1,595,000.00
Started:
2/24/2020
Complete:
10/9/2020
Owners Representation.
Zane Lewis, RE
Bidders Representation:
Michael Titsworth, Estimator
Funding Agency:
City of Fayetteville, Arkansas
Scope:
3,300LF of 24" Water and appurtenances
Job Number:
509
Owner:
CITY OF NEW ALBANY
Address:
101 W BANKHEAD ST, NEW ALBANY, MS 38652
Contact Name:
Mike Faultner
Telephone Number:
662 489-1525
Job Name:
SEWER SYSTEM IMPROVEMENTS CONTRACT "B" WWTF
Location:
NEW ALBANY, MS
Contract Amount:
$10,350,000.00
Started:
3/1 /2020
Complete:
In Progress
Owners Representation:
Mike Faultner RE
Bidders Representation:
Rodger Williams, Estimator
Funding Agency:
CITY OF NEW ALBANY
Scope:
New Construction of WWTF
Job Number:
508
Owner:
Benton Public Utility Commission
Address:
1827 Dale Avenue, Benton, AR 72015
Contact Name:
David Vondran
Telephone Number:
501 371-0272
Job Name:
UTILITIES BORE ACROSS SALINE RIVER
Location:
Benton, AR 72015
Contract Amount:
$1,055,000.00
Started:
1 /6/2020
Complete:
5/1/2020
Owners Representation:
Jacob Gilli
Bidders Representation:
Michael Titsworth, Estimator
Funding Agency:
City Of Benton, Arkansas
Scope:
980LF 12" Ductile River Bore W/valves & Connections
Job Number:
507
Owner:
CITY OF ARBYRD ARBYRD, MISSOURI
Address:
102 E. Frisco Street, P.O. Box 338, Arb rd, MO 63821
Contact Name:
Jeff Wilson
Telephone Number:
573-772-4203
Job Name:
WASTEWATER SYSTEM IMPROVEMENT PROJECT
Location:
ARBYRD, MISSOURI
Contract Amount:
$673,500.00
Started:
2/2/2020
Complete:
7/1/2021
Owners Representation:
Shannon Todd, RE
Bidders Representation:
Rodger Williams, Estimator
Funding Agency:
Rural Development & USDA
Scope:
lift station, land application system; rehab gravity sewer CIPP , rehab MH (Epoxy)
Job Number:
506
Owner:
Van Buren Municipal Utilities
Address:
2806 Bryan Road, Van Buren, AR 72957
Contact Name:
Joshua Durham, P.E.
Telephone Number:
479 474-1227
Job Name:
Rickey Pump Station & Force Main Imp.
Location:
Van Buren, AR
Contract Amount:
$2,840,000.00
Started:
10/15/2019
Complete:
10/15/2021
Owners Representation:
Joshua Durham, P.E.
Bidders Representation:
Rodger Williams, Estimator
Funding Agency:
Scope:
Construction of a 1,400 GMP Pump Station & Force Main
Job Number:
505
Owner:
City of Stuff art
Address:
Stuff art, AR
Contact Name:
Charles Summerford
Telephone Number:
870 246-6011
Job Name:
Ste 3 - Water Upgrades & Improvements
Location:
Stuff art, AR
Contract Amount:
$865,000.00
Started:
11 /21 /2019
Complete:
6/30/2020
Owners Representation:
Charles Summerford
Bidders Representation:
Kyle Persons, Estimator
Funding Agency:
Rural Development
Scope:
Water line replacement
Job Number:
504
Owner:
City of Fayetteville
Address:
Fayetteville, AR
Contact Name:
Matt Case
Telephone Number:
479-444-3429
Job Name:
Hotz to Maple; Pleasant Woods Dr & Sang Ave Water Line
Location:
Fayetteville, AR
Contract Amount:
$1,458,000.00
Started:
5/1 /2019
Complete:
5/1/2020
Owners Representation:
Josh Durham
Bidders Representation:
Mike Titsworth, Estimator
Funding Agency:
City of Fayetteville, AR
Scope:
8" & 12" Waterline
Job Number:
503
Owner:
CAW
Address:
Maumelle, AR
Contact Name:
Thomas Wray
Telephone Number:
501-377-1221
Job Name:
AC Main Replacement - Phase 3
Location:
Maumelle, AR
Contract Amount:
$898,000.00
Started:
2/1/2019
Complete:
7/1/2019
Owners Representation:
Thomas Wray
Bidders Representation:
Mike Titsworth, Estimator
Funding Agency:
CAW
Scope:
Waterline Replacement
Job Number:
502
Owner:
City of Fayetteville
Address:
Fayetteville, AR
Contact Name:
Josh Durham
Telephone Number:
479-474-1227
Job Name:
Masters Lift Station Replacement
Location:
Fa efteville, AR
Contract Amount:
$1,067,000.00
Started:
3/18/2019
Complete:
9/31/2019
Owners Representation:
Josh Durham
Bidders Representation:
Rodger Williams, Estimator
Funding Agency:
City of Fa efteville, AR
Scope:
Sewer Improvements
Job Number:
501
Owner:
City of Baldwyn
Address:
Baldwyn, MS
Contact Name:
Brett Brooks
Telephone Number:
662 840-9063
Job Name:
Phase 4 - Collection Improvements
Location:
Baldwyn, MS
Contract Amount:
$1,030,000.00
Started:
5/20/2019
Complete:
1 /4/2020
Owners Representation:
Brett Brooks
Bidders Representation:
Rodger Williams, Estimator
Funding Agency:
USDA
Scope:
Sewer Improvements
Job Number:
500
Owner:
City of Tupelo
Address:
Tupelo, MS
Contact Name:
Jess Wiygul
Telephone Number:
662-842-7381
Job Name:
SRF FY17 - Wastewater Collection Improvements
Location:
Tupelo, MS
Contract Amount:
$2,085,000.00
Started:
2/18/2019
Complete:
3/15/2020
Owners Representation:
Jess Wiygul
Bidders Representation:
Rodger Williams, Estimator
Funding Agency:
SRF
Scope:
Sewer Collection Improvements
Job Number:
499
Owner:
City of Greenwood
Address:
Hwy 7 & Hwy 82; Greenwood, MS
Contact Name:
Robert Willis
Telephone Number:
662-226-1081
Job Name:
MS HWY NO.7 & US HWY NO. 82 Waterline Im rov.
Location:
Greenwood, MS
Contract Amount:
$398,485.00
Started:
12/10/2018
Complete:
6/15/2019
Owners Representation:
Robert Willis
Bidders Representation:
Rodger Williams, Estimator
Funding Agency:
Greenwood, MS
Scope:
Waterline Replacement
Job Number:
498
Owner: City of Russellville, AR
1
1/24/24
Kajacs Contractors Incorporated
Superintendent Experience
• Curtis Fowler-Superintendent-29 Years with Company, Water, Sewer, Plant Work.
• Curt Caringer-Superintendent-26 Years with Company, Water, Sewer, Plant Work.
• Charles Parish-Superintendent-25 Years with Company, Water, Sewer, Plant Work.
• Josh Wells-Superintendent-20 Years with Company, Water, Sewer, Plant Work.
• Bucky Albright-Superintendent-15 Years with Company, Water, Sewer, Plant Work.
• Steve Lapar-Superintendent-15 Years with Company, Water, Sewer, Plant Work.
• Shane Bishop-Superintendent-12 Years with Company, Water, Sewer, Boring.
• Dustin Sanders-Superintendent-5 Years with Company, Water, Sewer.
• Matt Pingleton-Superintendent-3 Years with Company, Water, Sewer.
• Josh Berry-Superintendent-3 Year with Company, Water, Sewer.
• Jimmy Honeycutt-Superintendent-1 Year with Company, Water, Sewer.
• Brad Westmoreland-Superintendent-1 Year with Company, Water, Sewer.
All Superintendents listed above are experienced in the construction of all aspects of Water, and Sewer
construction to include Open Cut, Directional Drill, Pipe Bursting.
Michael Titsworth
Project Manager
DOCUMENT 00 52 13 — AGREEMENT
BETWEEN OWNER AND CONTRACTOR
Contract Name/Title: FAYETTEVILLE HWY 16 EAST UTILITY RELOCATIONS
Contract No.: , Construction
THIS AGREEMENT is dated as of the 5 day of March in the year 2024 by and between
The City of Fayetteville, Arkansas and KAJACS Contractors, Inc. (hereinafter called Contractor).
ARTICLE 1 - WORK
1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The
work under this Contract includes, but is not limited to:
1. Approximately 4,281 linear feet of 18-inch water main along Hwy 16.
2. Approximately 132 linear feet of 12-inch water main crossing Hwy 16.
3. Approximately 1,678 linear feet of 8-inch water main along AR Hwy 16.
4. Two (2) new water main crossings of Hwy 16
5. Approximately 1,873 linear feet of 8-inch sanitary sewer main along AR Hwy 16.
6. And associated connections, service reconnections, hydrants, encasement under
pavements and other items as required to complete the work including, erosion control
and final stabilization.
Any use of a third -party dumpster or roll off container shall be procured from the City of Fayetteville
Recycling and Trash Collection Division. Use of a Non -City dumpster or roll off container is not allowed.
Open burning is not allowed on City projects.
Blasting is not allowed on City projects.
Contractor is responsible for obtaining all applicable permits; however, fees for the City issued permits
shall be waived.
The Contract includes work in City of Fayetteville Right-of-way and in General Utility Easements.
Refer to Section 00400-Bid Form for quantities.
ARTICLE 2 - ENGINEER
2.01 The Contract Documents have been prepared by the City of Fayetteville Engineering Division.
City of Fayetteville Engineering Division assumes all duties and responsibilities, and has the
rights and authority assigned to City of Fayetteville Engineering Division in the Contract
21-2121 1 of 8 Section 00 52 13
12/27/23 Agreement
DOCUMENT 00 52 13 — AGREEMENT (continued)
Documents in connection with completion of the Work in accordance with the Contract
Documents.
ARTICLE 3 - CONTRACT TIME
3.01 TIME OF THE ESSENCE:
A. All time limits for milestones, if any, Substantial Completion, and completion and
readiness for final payment as stated in the Contract Documents are of the essence of
the Contract.
3.02 DATES FOR SUBSTANTIAL COMPLETION AND FINAL PAYMENT:
A. The Work shall be Substantially Completed within 300 calendar days after the date
when the Contract Times commence to run as provided in the GENERAL
CONDITIONS, and final completion and ready for final payment in accordance with
the GENERAL CONDITIONS within 330 calendar days after the date when the
Contract Times commence to run.
3.03 LIQUIDATED DAMAGES:
A. Owner and Contractor recognize that time is of the essence of this Agreement and that
The City of Fayetteville will suffer financial loss if the Work is not completed within
the time specified above, plus any extensions thereof allowed in accordance with the
GENERAL CONDITIONS. The parties also recognize the delays, expense, and
difficulties involved in proving the actual loss suffered by The City of Fayetteville if
the Work is not Substantially Completed on time. Accordingly, instead of requiring
any such proof, The City of Fayetteville and Contractor agree that as liquidated
damages for delay (but not as a penalty) Contractor shall pay The City of Fayetteville
Seven Hundred Fifty Dollars ($750.00) for each calendar day that expires after the time
specified above in Paragraph 3.02 for Substantial Completion until the Work is
Substantially Complete. After Substantial Completion, if Contractor shall neglect,
refuse, or fail to complete the remaining Work within the time specified in
Paragraph 3.02 for completion and readiness for final payment or any proper extension
thereof granted by The City of Fayetteville, Contractor shall pay The City of
Fayetteville Five Hundred Dollars ($500.00) for each calendar day that expires after
the time specified for completion and readiness for final payment.
ARTICLE 4 - CONTRACT PRICE
4.01 The CITY OF FAYETTEVILLE agrees to pay, and the CONTRACTOR agrees to accept, as
full and final compensation for all work done under this agreement, the amount based on the
unit prices bid in the Proposal (BID FORM) which is hereto attached, for the actual amount
accomplished under each pay item, said payments to be made in lawful money of the United
States at the time and in the manner set forth in the Specifications.
4.02 As provided in the General Conditions, estimated quantities are not guaranteed, and
determinations of actual quantities and classifications are to be made by ENGINEER as
21-2121 2 of 8 Section 00 52 13
12/27/23 Agreement
DOCUMENT 00 52 13 — AGREEMENT (continued)
provided in the General Conditions. Unit prices have been computed as provided in the General
Conditions.
4.03 Changes, modifications, or amendments in scope, price or fees to this contract shall not be
allowed without a prior formal contract amendment approved by the Mayor and the City
Council in advance of the change in scope, cost or fees.
l . There shall be no changes without prior written approval of the Engineer of
Record and/or the City's designated Professional Engineer.
ARTICLE 5 - PAYMENT PROCEDURES
5.01 SUBMITTAL AND PROCESSING OF PAYMENTS:
A. Contractor shall submit Applications for Payment in accordance with the GENERAL
CONDITIONS. Applications for Payment will be processed by Engineer as provided
in the GENERAL CONDITIONS.
5.02 PROGRESS PAYMENTS, RETAINAGE:
A. The City of Fayetteville shall make progress payments on account of the Contract Price
on the basis of Contractor's Applications for Payment as recommended by Engineer,
on or about the 15th day of each month during construction. All such payments will
be measured by the schedule of values established in the GENERAL CONDITIONS
(and in the case of Unit Price Work based on the number of units completed) or, in the
event there is no schedule of values, as provided in the General Requirements.
Prior to Substantial Completion, progress payments will be made in an amount
equal to the percentage indicated below, but, in each case, less the aggregate
of payments previously made and less such amounts as Engineer shall
determine, or The City of Fayetteville may withhold, in accordance with the
GENERAL CONDITIONS.
a. 95% of Work Completed (with the balance being retainage). If Work has
been 50% completed as determined by Engineer, and if the character and
progress of the Work have been satisfactory to The City of Fayetteville
and Engineer, The City of Fayetteville on recommendation of Engineer,
may determine that as long as the character and progress of the Work
subsequently remain satisfactory to them, there will be no additional
retainage on account of Work subsequently completed, in which case the
remaining progress payments prior to Substantial Completion will be an
amount equal to 100% of the Work Completed less the aggregate of
payments previously made; and
b. 100% of Equipment and Materials not incorporated in the Work but
delivered, suitably stored, and accompanied by documentation satisfactory
to The City of Fayetteville as provided in the GENERAL CONDITIONS.
21-2121 3 of 8 Section 00 52 13
12/27/23 Agreement
DOCUMENT 00 52 13 — AGREEMENT (continued)
5.03 FINAL PAYMENT:
A. Upon final completion and acceptance of the Work in accordance with the GENERAL
CONDITIONS, The City of Fayetteville shall pay the remainder of the Contract Price
as recommended by Engineer and as provided in the GENERAL CONDITIONS.
ARTICLE 6 - CONTRACTOR'S REPRESENTATIONS
6.01 In order to induce The City of Fayetteville to enter into this Agreement, Contractor makes the
following representations:
A. Contractor has examined and carefully studied the Contract Documents including the
Addenda and other related data identified in the Bid Documents.
B. Contractor has visited the Site and become familiar with and is satisfied as to the
general, local, and Site conditions that may affect cost, progress, performance, and
furnishing of the Work.
C. Contractor is familiar with and is satisfied as to all federal, state, and local Laws and
Regulations that may affect cost, progress, performance, and furnishing of the Work.
D. Contractor has carefully studied all:
(1) 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; and
(2) Reports and drawings of a Hazardous Environmental Condition, if any, at the
Site. Contractor acknowledges that The City of Fayetteville and Engineer do
not assume responsibility for the accuracy or completeness of information and
data shown or indicated in the Contract Documents with respect to
Underground Facilities at or contiguous to the Site.
E. Contractor has obtained and carefully studied (or assumes responsibility of having
done so) all such additional supplementary examinations, investigations, explorations,
tests, studies, and data concerning conditions (surface, subsurface, and Underground
Facilities) at or contiguous to the Site or otherwise which may affect cost, progress,
performance, and furnishing of the Work or which relate to any aspect of the means,
methods, techniques, sequences, and procedures of construction to be employed by
Contractor and safety precautions and programs incident thereto.
F. Contractor does not consider that any additional examinations, investigations,
explorations, tests, studies, or data are necessary for the performing and furnishing of
the Work at the Contract Price, within the Contract Times, and in accordance with the
other terms and conditions of the Contract Documents.
G. Contractor is aware of the general nature of work to be performed by The City of
Fayetteville and others at the Site that relates to the Work as indicated in the Contract
Documents.
21-2121 4 of 8 Section 00 52 13
12/27/23 Agreement
DOCUMENT 00 52 13 — AGREEMENT (continued)
H. Contractor has correlated the information known to Contractor, information and
observations obtained from visits to the Site, reports and drawings identified in the
Contract Documents, and all additional examinations, investigations, explorations,
tests, studies, and data with the Contract Documents.
I. Contractor Ehas given Engineer written notice of all conflicts, errors, ambiguities, or
discrepancies that Contractor has discovered in the Contract Documents and the
written resolution thereof by Engineer is acceptable to Contractor.
The Contract Documents are generally sufficient to indicate and convey understanding
of all terms and conditions for performance and furnishing of the Work.
ARTICLE 7 - CONTRACT DOCUMENTS
7.01 CONTENTS:
A. The Contract Documents which comprise the entire Agreement between The City of
Fayetteville and Contractor concerning the Work consist of the following and may only
be amended, modified, or supplemented as provided in the GENERAL
CONDITIONS:
1. This Agreement.
2. Exhibits to this Agreement (enumerated as follows):
a. Notice to Proceed.
b. Contractor's Bid.
c. Documentation submitted by Contractor prior to Notice of Award.
3. Performance, Payment, and other Bonds.
4. General Conditions.
5. Supplementary Conditions.
6. Specifications consisting of divisions and sections as listed in table of contents
of Project Manual.
7. Drawings consisting of a cover sheet and sheets as listed in the table of
contents thereof, with each sheet bearing the following general title: E
HUNTSVILLE RD (AR HWY 16) UTILITY RELOCATIONS
8. Addenda numbers inclusive.
9. The following which may be delivered or issued after the Effective Date of the
Agreement and are not attached hereto: All Written Amendments and other
documents amending, modifying, or supplementing the Contract Documents
pursuant to the GENERAL CONDITIONS.
ARTICLE 8 - MISCELLANEOUS
8.01 TERMS:
A. Terms used in this Agreement which are defined in the GENERAL CONDITIONS
shall have the meanings stated in the GENERAL CONDITIONS.
21-2121 5 of 8 Section 00 52 13
12/27/23 Agreement
DOCUMENT 00 52 13 — AGREEMENT (continued)
8.02 ASSIGNMENT OF CONTRACT:
A. No assignment by a party hereto of any rights under or interests in the Contract
Documents will be binding on another party hereto without the written consent of the
party sought to be bound; and specifically but without limitation, moneys that may
become due and moneys that are due may not be assigned without such consent (except
to the extent that the effect of this restriction may be limited by Law), and unless
specifically stated to the contrary in any written consent to an assignment, no
assignment will release or discharge the assignor from any duty or responsibility under
the Contract Documents.
8.03 SUCCESSORS AND ASSIGNS:
A. The City of Fayetteville and Contractor each binds himself, his partners, successors,
assigns, and legal representatives to the other party hereto, its partners, successors,
assigns, and legal representatives in respect to all covenants, agreements, and
obligations contained in the Contract Documents.
8.04 SEVERABILITY:
A. Any provision or part of the Contract Documents held to be void or unenforceable
under any Law or Regulation shall be deemed stricken, and all remaining provisions
shall continue to be valid and binding upon The City of Fayetteville and Contractor,
who agree that the Contract Documents shall be reformed to replace such stricken
provision or part thereof with a valid and enforceable provision that comes as close as
possible to expressing the intention of the stricken provision.
8.05 FREEDOM OF INFORMATION ACT:
A. City contracts and documents prepared while performing city contractual work are
subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act
request is presented to the City of Fayetteville, the contractor will do everything
possible to provide the documents in a prompt and timely manner as prescribed in the
Arkansas Freedom of Information Act (A.C.A. §25-19-101 et. seq.). Only legally
authorized photocopying costs pursuant to the FOIA may be assessed for this
compliance.
8.06 LIENS:
A. No liens against this construction project are allowed. Arkansas law (A.C.A. §§ 18-
44-501 through 508) prohibits the filing of any mechanics' of materialmen's liens in
relation to this public construction project. Arkansas law requires and the contractor
promises to provide and file with the Circuit Clerk of Washington County a bond in a
sum equal to the amount of this contract. Any subcontractor or materials supplier may
bring an action for non-payment or labor or material on the bond. The contractor
promises to notify every subcontractor and materials supplier for this project of this
paragraph and obtain their written acknowledgement of such notice prior to
commencement of the work of the subcontractor or materials supplier.
21-2121 6 of 8 Section 00 52 13
12/27/23 Agreement
DOCUMENT 00 52 13 — AGREEMENT (continued)
IN WITNESS WHEREOF, The City of Fayetteville and Contractor have signed this Agreement in
quadruplicate. One counterpart each has been delivered to Contractor. Three counterparts each has been
retained by The City of Fayetteville. All portions of the Contract Documents have been signed, initialed, or
identified by The City of Fayetteville and Contractor.
This Agreement will be effective on
of the Agreement.
CONTRACTOR:
By: (AI&m.1 ',6W"-e4k
(Type or legibly print)
(Signature)
March 5 , 2024, which is the Effective Date
CITY OF FAYETTEVILLE
: Lioneld Jordan
(Signature)
Title: (PPfcS' AAV)6 tv Title: Mayor
Contractor shall attach evidence of authority to sign.
If Contractor is a corporation, corporate entity or LLC, Contractor shall attach Corporate Resolution
authorizing Contractor's signature and execution of Agreement.
Further if Contractor is a corporation, corporate entity or LLC, Contractor shall also attach a copy of the
Contractor's Articles of Incorporation and a copy form the Arkansas State Secretary of State to document
that the corporation, corporate entity or LLC is in current "Good Standing" with the State of Arkansas and
such entity is permitted to perform work in the State of Arkansas.
'AL)
A t _
,01111111/1111,
(SEAL) ism iikV�,� T?£ ���i
. ;9
�,G.'yGNi Y OP SG�'�'s
Attest—AU'14—f~'
AYETTE�1tLlE;
�•
ij�j LNG ON; �-0
21-2121 7 of 8 Section 00 52 13
12/27/23 Agreement
DOCUMENT 00 52 13 — AGREEMENT (continued)
Address for giving notices
3yo/ U/. I.S-*' S4.
Lice Kock) AILyzo9
License No. w alI M32V
Agent for Service of process
(Type or legibly print)
Address for giving notices
113 W. Mountain St.
Fayetteville, AR 72701
Contractor shall attach evidence of authority of Agent for Service process to sign. If Contractor is a
corporation, corporate entity or LLC, Contractor shall attach Corporate Resolution authorizing Agent for
Service process authority to sign.
(If Contractor is a corporation, corporate entity or LLC, attach evidence of authority to sign.)
END OF DOCUMENT 00 52 13
AGREEMENT
21-2121 8 of 8 Section 00 52 13
12/27/23 Agreement
PO Box %9
Poplar Bluff, MO 63902
November 2, 2018
Letter of Resolution
1, Aron Persons, President of
Manager/Estimator the a9W
L
Aron Persons, President
MyLynn Gargac, Corporate Secretary
Equal Opportunity Employer
1-;77
f
1
l� J 1141E
J°
S73-785-1745
(Fax) 573-785-6237
wuwv.kajacs.com
x ontractors, Inc. do hereby give Michael Titsworth, Project
sign contracts on behSN of KAJACS Contractors, Inc.