HomeMy WebLinkAbout255-25 RESOLUTIONPage 1
113 West Mountain Street
Fayetteville, AR 72701
(479) 575-8323
Resolution: 255-25
File Number: 2025-1796
A RESOLUTION TO AWARD RFQ #25-08 AND AUTHORIZE A CONSTRUCTION MANAGER AT RISK
SERVICES CONTRACT WITH CDI CONTRACTORS, LLC IN THE AMOUNT OF $39,999.00 FOR THE
PRE-CONSTRUCTION PHASE, AND TO APPROVE A BUDGET ADJUSTMENT
WHEREAS, on May 21, 2024, the City Council passed Resolution 139-24 to develop an aquatic center feasibility
study that has been completed and made public; and
WHEREAS, as the City prepares for a potential bond election, CDI will be engaged in site evaluations and conceptual
cost estimates which will allow the project to move immediately into the cost estimates for schematic design upon
approval by the voters.
NOW, THEREFORE, 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 RFQ #25-08, and authorizes
Mayor Rawn to sign a Construction Manager at Risk services contract with CDI Contractors, LLC in the amount of
$39,999.00 for the pre-construction phase associated with the design of an aquatic facility.
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 November 4, 2025
Approved:
_______________________________
Molly Rawn, Mayor
Attest:
_______________________________
Kara Paxton, City Clerk Treasurer
Mailing address:
113 W. Mountain Street
Fayetteville, AR 72701
www.fayetteville-ar.gov
CITY COUNCIL MEMO
2025-1796
MEETING OF NOVEMBER 4, 2025
TO: Mayor Rawn and City Council
THRU: Steven Dotson, Chief Financial Officer
FROM: Waylon Abernathy, Bond Projects & Construction Director
SUBJECT: CMAR Aquatic Center Contract with CDI Contractors, LLC
RECOMMENDATION:
Approval of the Aquatic Center RFQ 25-08 CMAR Construction Contract with CDI Contractors, LLC. The pre-
construction phase thru conceptual design fee will be $39,999.00. Approval of a Budget Adjustment is
requested.
BACKGROUND:
May 2024 City Council approved resolution 139-24 for an Aquatic Center Feasibility Study.
RFQ 25-08 Selection Committee interviewed several Construction Management firms. CDI was found the most
qualified by the committee.
DISCUSSION:
As we prepare for a potential bond initiative in March, there is a need to have CDI engaged in site evaluations
and conceptual cost estimates. If the bond initiative is successful, the project can move immediately into the
cost estimates for Schematic Design.
There will be multiple submissions to council for approval associated with this contract for fees related to the
balance of the pre-construction services as well as the Guaranteed Maximum Price (GMP).
This contract includes Preconstruction Services thru Construction Documents, bidding and negotiations,
Guaranteed Maximum Price, Construction Administration, and Warranty.
BUDGET/STAFF IMPACT:
A budget adjustment to allocate $39,999.00 from the Parks Development Fund.
ATTACHMENTS: 3. Staff Review Form, 4. Budget Adjustment, 5. RFQ 25-08, Contract 9-3-25 Signed
Appendix A,B,C
Page 1
City of Fayetteville, Arkansas
Legislation Text
113 West Mountain Street
Fayetteville, AR 72701
(479) 575-8323
File #: 2025-1796
A RESOLUTION TO AWARD RFQ #25-08 AND AUTHORIZE A CONSTRUCTION
MANAGER AT RISK SERVICES CONTRACT WITH CDI CONTRACTORS, LLC IN THE
AMOUNT OF $39,999.00 FOR THE PRE-CONSTRUCTION PHASE, AND TO APPROVE A
BUDGET ADJUSTMENT
WHEREAS, on May 21, 2024, the City Council passed Resolution 139-24 to develop an aquatic center
feasibility study that has been completed and made public; and
WHEREAS, as the City prepares for a potential bond election, CDI will be engaged in site evaluations
and conceptual cost estimates which will allow the project to move immediately into the cost estimates
for schematic design upon approval by the voters.
NOW, THEREFORE, 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 RFQ #25-08, and
authorizes Mayor Rawn to sign a Construction Manager at Risk services contract with CDI Contractors,
LLC in the amount of $39,999.00 for the pre-construction phase associated with the design of an aquatic
facility.
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.
City of Fayetteville Staff Review Form
2025-1796
Item ID
10/7/2025
City Council Meeting Date - Agenda Item Only
N/A for Non-Agenda Item
Wade Abernathy 9/3/2025 CHIEF FINANCIAL OFFICER (110)
Submitted By Submitted Date Division / Department
Action Recommendation:
Approval of RFQ 25-08 Aquatic Facility construction contract with CDI Contractors, LLC in the amount of $39,999.00
for pre-construction phase services thru conceptual design and approve a budget adjustment.
Budget Impact:
2250.520.9255-5860.02 Parks Development
Account Number Fund
24008.2501 Aquatic Facility - Phase 1 (Pre-Const)
Project Number Project Title
Budgeted Item?No Total Amended Budget $-
Expenses (Actual+Encum)$-
Available Budget $-
Does item have a direct cost?Yes Item Cost $39,999.00
Is a Budget Adjustment attached?Yes Budget Adjustment $39,999.00
$189.00 Remaining Budget $-
V20221130
Purchase Order Number:Previous Ordinance or Resolution #139-24
Change Order Number:Approval Date:
Original Contract Number:
Comments:
City of Fayetteville, Arkansas - Budget Adjustment (Agenda)
Budget Year Division
/Org2 CHIEF FINANCIAL OFFICER (110)
Adjustment Number
2025 Requestor:Wade Abernathy
BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION:
Approval of RFQ 25-08 Aquatic Facility construction contract with CDI Contractors, LLC in the amount of $39,999.00 for pre-
construction phase services thru conceptual design and approve a budget adjustment.
COUNCIL DATE:10/7/2025
ITEM ID#:2025-1796
Holly Black
9/10/2025 9:47 AM
Budget Division Date
TYPE:D - (City Council)
JOURNAL #:
GLDATE:
RESOLUTION/ORDINANCE CHKD/POSTED:/
v.2025826TOTAL39,999 39,999
Increase / (Decrease)Project.Sub#
Account Number Expense Revenue Project Sub.Detl AT Account NameGLACCOUNTEXPENSEREVENUEPROJECTSUBATDESCRIPTION X
2250.520.9255-5860.02 39,999 -24008 2501 EX Capital Prof Svcs - Engineering/Architectural
2250.520.9250-4999.99 -39,999 RE Use Fund Balance - Current
--
--
--
--
--
--
--
--
--
--
--
--
--
--
--
--
1 of 1
RFQ 25‐08, CMAR for Aquatic Facility
Page 1 of 22
Contract for Construction
Manager at Risk Services
Aquatic Facility
BETWEEN City of Fayetteville, Arkansas and
CDI Contractors, LLC
THIS AGREEMENT is made this __________ day of , 2025, by and between City of
Fayetteville, Arkansas, acting by and through its Mayor (hereinafter called CITY OF FAYETTEVILLE or CITY) and CDI
Contractors, LLC. (construction manager at risk, hereinafter called CMAR, Construction Manager, or CDI), and CITY OF
FAYETTEVILLE from time to time requires professional CMAR services in connection with the evaluation of design, and/or
construction supervision of capital improvement projects. Therefore, CITY OF FAYETTEVILLE and CMAR in consideration of
their mutual covenants agree as follows:
CMAR shall serve as CITY OF FAYETTEVILLE’s professional CMAR consultant in those assignments to which this Agreement
applies and shall give consultation and advice to CITY OF FAYETTEVILLE during the performance of services defined in the
scope of work. All services shall be performed under the direction of a CMAR registered in the State of Arkansas and
licensed by the Arkansas Contractor’s Licensing Board with a Municipal and Utility Construction classification.
1.Contracted parties and relationship: This agreement shall be binding between all parties. Fees for CMAR services
shall be provided as identified in appendices:
a.CDI’s Tax identification number (TIN) ending in 1998
b.CDI’s Arkansas Contractor License No. 0059580426
c.CDI’s Secretary of State Filing No. 100131453
2.Entire Agreement and Exhibits: This Agreement sets forth the entire agreement and understanding between the
parties on the subject matter of this Agreement. Neither party shall be bound by any conditions, definitions,
representations or warranties with respect to the subject matter of this Agreement other than those as expressly
provided herein.
a.Appendices included under this agreement include the following:
i.Appendix A: CMAR Fee Schedule
ii.Appendix B: RFQ 25‐08, Construction Manager at Risk for Aquatic Facility
iii.Appendix C: CDI’s Response to RFQ 25‐08
iv.Appendix D: CDI’s current Certificate of Insurance
b.This agreement may be modified only by a duly executed written instrument signed by the CITY and CMAR.
c.ORDER OF PRECEDENCE: In case of any inconsistency, conflict, or ambiguity among the Contract
Documents, the documents shall govern in the following order: (a) Change Orders, affidavits, and written
amendments to this Agreement which are executed by all parties; (b) the Agreement; (c) CMAR’s response
to RFP 24‐15 (d) City’s published RFP 24‐15 and associated Addenda and attachments.
3.Notices: Any notice required under this Agreement shall be in writing, address to the appropriate party at the
following addresses:
a.City of Fayetteville: Attention: Mayor Molly Rawn, 113 W. Mountain, Fayetteville, AR 72701
b.CDI Contractors, LLC: Attention: John Deramus, 4285 N Shiloh Dr., Suite 302, Fayetteville, AR 72703
4th November
RFQ 25‐08, CMAR for Aquatic Facility
Page 2 of 22
4.General Provisions:
a.ETHICS: All parties shall perform with integrity. Each shall avoid conflicts of interest and promptly disclose
to any other part any conflicts that may arise. All parties warrant that it has not and shall not pay or receive
any contingent fees or gratuities to or from any other party, including agents, officer’s employers,
Subcontractors, Sub subcontractors, Suppliers, Volunteers, Elected Officials, or Others to secure
preferential treatment.
b.When the Construction Documents, Guaranteed Maximum Price (GMP), and other descriptive documents
defining the work are complete, they shall be identified and included in this Agreement by mutually agreed
upon amendment to this Agreement.
c.Workmanship: The Work shall be executed in accordance with the Contract Documents in a workmanlike
manner. All materials used in the Work shall be furnished in sufficient quantities to facilitate the proper
and expeditious execution of the Work and shall be new except as otherwise provided in the Contract
Documents.
d.MATERIALS FURNISHED BY OWNER OR OTHERS: If the Work includes installation of materials or equipment
furnished by City or Others, it shall be the responsibility of Construction Manager to examine the items so
provided and thereupon handle, store, and install the items, unless otherwise provided in the Contract
Documents, with such skill and care as to provide a satisfactory and proper installation. Loss or damage due
to acts or omissions of Construction Manager shall be the responsibility of Construction Manager and may
be deducted from any amounts due or to become due to Construction Manager after Construction
Manager’s failure to provide a remedy within 21 calendar days of written notification by City. Any defects
discovered in such materials or equipment shall be reported at once to the City and the City’s contracted
third‐party Design Professional. Following receipt of written notice from Construction Manager of defects,
City and Design Professional shall promptly inform Construction Manager what action, if any, Construction
Manager shall take with regard to the defects.
e.WORKSITE VISIT: Construction Manager acknowledges that it has visited, or has had the opportunity to
visit, the Worksite to visually inspect the general and local conditions which could affect the Work.
f.If applicable, Construction Manager shall perform cutting, fitting, and patching necessary to coordinate
the various parts of the Work and to prepare its Work for the work of City or Others.
i.Cutting, patching, or altering the work of City or Others shall be done with the prior written
approval of City and Design Professional. Such approval shall not be unreasonably withheld.
g.COMPLIANCE WITH LAWS: Construction Manager shall comply with all the Law at its own cost. Construction
Manager shall be liable to City for all loss, cost, or expense attributable to any acts or omissions by
Construction Manager, its employees, subcontractors, suppliers, and agents for failure to comply with
Laws, including fines, penalties, or corrective measures.
i.CHANGES IN THE LAW: The GMP, estimated Cost of the Work, Construction Manager's Fee, Date
of Substantial Completion or Date of Final Completion, and, if appropriate, the Compensation for
Preconstruction Services shall be equitably adjusted for additional costs or time needed resulting
from Laws enacted after the date of this Agreement, including taxes.
h.COST OF CORRECTING DAMAGED OR DESTROYED WORK: With regard to damage or loss attributable to the
acts or omissions of City or Others and not to Construction Manager, City may either (a) promptly remedy
the damage or loss and assume affected warranty responsibilities, (b) accept the damage or loss, or (c)
issue a Change Order to remedy the damage or loss. If Construction Manager incurs costs or is delayed due
to such loss or damage, Construction Manager may seek an equitable adjustment in the GMP, estimated
Cost of the Work, Construction Manager's Fee, Date of Substantial Completion or Date of Final Completion,
RFQ 25‐08, CMAR for Aquatic Facility
Page 3 of 22
and, if appropriate, the Compensation for Preconstruction Services under this Agreement. Any equitable
adjustment shall be approved by all parties.
i.Taxes and Permits: Construction Manager shall give public authorities all notices required by law and shall
obtain and pay for all necessary permits, licenses, taxes, and renewals pertaining to the Work. Construction
Manager shall provide to City copies of all notices, permits, licenses, and renewals required under this
Agreement.
j.DISCOUNTS: All discounts for prompt payment shall accrue to City. All trade discounts, rebates, and
refunds, and all returns from sale of surplus materials and equipment, shall be credited to the Cost of the
Work, or directly to the City after final payment, provided City makes prompt payment to Construction
Manager within time constraints to obtain prompt payment discounts from vendors.
k.City may occupy or use completed or partially completed portions of the Work when (a) the portion of the
Work is designated in a Certificate of Substantial Completion, (b) appropriate insurer(s) consent to the
occupancy or use, and (c) public authorities authorize the occupancy or use. Construction Manager shall
not unreasonably withhold consent to partial occupancy or use.
l.JOINT DRAFTING: All Parties expressly agree that this Agreement was jointly drafted, and that both had
opportunity to negotiate its terms and to obtain the assistance of counsel in reviewing its terms before
execution. Therefore, this Agreement shall be construed neither against nor in favor of either Party but
shall be construed in a neutral manner.
m.EXTENT OF AGREEMENT: Except as expressly provided, this Agreement is for the exclusive benefit of all
Parties, and not the benefit of any third party. This Agreement represents the entire and integrated
agreement between the Parties, and supersedes all prior negotiations, representations, or agreements,
either written or oral. This Agreement and each and every provision is for the exclusive benefit of all Parties
and not for the benefit of any third party.
n.ASSIGNMENT: Except as to the assignment of proceeds, no Party shall assign their interest in this
Agreement without the written consent of the other Party. The terms and conditions of this Agreement
shall be binding upon all Parties, their partners, successors, assigns, and legal representatives. No Party
shall assign the Agreement without written consent of the other.
o.Where figures are given, they shall be preferred to scaled dimensions.
p.The drawings and specifications are complementary. If Work is shown only on one but not on the other,
Construction Manager shall perform the Work as though fully described on both. CMAR shall seek
clarification from Design Professional for any discrepancies.
q.In case of conflicts between the drawings and specifications, the specifications shall govern. In any case of
omissions or errors in figures, drawings, or specifications, Construction Manager shall immediately submit
the matter to City and Design Professional for clarification, upon CMAR becoming aware of the conflict.
Design Professional should be the initial Decision Maker but CMAR has right to claim if decision is disputed.
CMAR and Owner will work through the claim to develop a resolution.
r.DEBARMENT AND SUSPENSION: By execution of this agreement, CMAR certifies that to the best of its
knowledge and belief that the CMAR and its principals:
i.Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily
excluded from covered transactions by any Federal department or agency;
ii.Have not within a three‐year period preceding this proposal been convicted of or had a civil
judgment rendered against them for commission of fraud or a criminal offense in connection with
obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or
contract under a public transaction; violation of Federal or State antitrust statutes or commission
RFQ 25‐08, CMAR for Aquatic Facility
Page 4 of 22
of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false
statements, or receiving stolen property;
iii.Are not presently indicted for or otherwise criminally or civilly charged by a government entity
(Federal, State, or local) with commission of any of the offenses enumerated in paragraph (2) of
this certification; and
iv.Have not within a three‐year period preceding this application/proposal had one or more public
transactions (Federal, State, or local) terminated for cause or default.
v.CMAR understands that a false statement on certification regarding debarment and suspension
may be grounds for rejection of this proposal or termination of the award. I further certify that I
will obtain a similar certification for each subcontract awarded in excess of $25,000.
vi.Certifications for subcontracts or sub subcontracts executed under this agreement shall include all
language in this section.
5.Definitions:
a.Unless otherwise specifically defined in this Agreement, any terms that have well‐known technical or trade
meanings shall be interpreted in accordance with their well‐known meanings.
b.“Business Day” means all Days, except weekends and official federal or state holidays where the Project is
located.
c.A “Change Order” is a written order signed by all Parties after execution of this Agreement, indicating
changes in the scope of the Work, the GMP and Date of Substantial Completion or Date of Final Completion.
d.“Contract Time” is the period between the Date of Notice to Proceed and the total time authorized to
achieve Final Completion.
e.“Cost of the Work” means the sum of all allowed direct and indirect costs necessarily and reasonably
incurred and paid by CMAR in the performance of the Work including those set forth in the Guaranteed
Maximum Price Amendment.
f.The “Construction Manager at Risk” (CMAR or CM) is the person or entity identified in this contract and
includes Construction Manager's Representative.
g.“Day” means a calendar day unless otherwise specified.
h.“Defective Work” is any portion of the Work that that does not conform with the requirements of the
Contract Documents.
i.“Design Professional” means the licensed engineer and its subconsultants retained by the City and its
subconsultants, to perform design services for the Project.
j.“Final Completion” occurs on the date when CMAR’s obligations under this Agreement are complete and
accepted by City and final payment becomes due and payable. This date shall be confirmed by a Certificate
of Final Completion signed by all Parties.
k.“Hazardous Material” is any substance or material identified now or in the future as hazardous under the
Law, or any other substance or material that may be considered hazardous or otherwise subject to
statutory or regulatory requirement governing handling, disposal, or cleanup.
l.“Interim Directive” is a written order containing change to the Work directed by and in consultation with
City and Design Professional after execution of this Agreement and before Substantial Completion. Interim
Directives shall be consolidated and formalized in a change order to be signed by all parties.
RFQ 25‐08, CMAR for Aquatic Facility
Page 5 of 22
m.“Law” means federal, state, or local laws, ordinances, codes, rules, and regulations applicable to the Work
with which Construction Manager must comply that are enacted as of the Agreement date.
n.“Others” means City’s other: (a) contractors/constructors, (b) suppliers, (c) subcontractors, sub
subcontractors, or suppliers of (a) and (b); and others employed directly or indirectly by (a), (b), or (c) or
any by any of them or for whose acts any of them may be liable.
o.“Overhead” means (a) payroll costs, burden, and other compensation of CMAR’s employees in CMAR’s
principal and branch offices for work associated with this project.
p.“Owner” is the City of Fayetteville, Arkansas (City).
q.The “Parties” are collectively City and CMAR.
r.The “Project,” is the building, facility, or other improvements for which CMAR is to perform Work under
this Agreement. It may also include construction by Owner or Others.
s. The “Schedule of the Work” is the document prepared by CMAR that specifies the dates on which CMAR
plans to begin and complete various parts of the Work, including dates on which information and approvals
are required from City.
t.“Subcontractor” is a person or entity retained by CMAR as an independent contractor to provide the labor,
materials, equipment, or services necessary to complete a specific portion of the Work. The term
Subcontractor does not include Design Professional or Others.
u. “Substantial Completion” of the Work, or of a designated portion, occurs on the date when the Work is
sufficiently complete in accordance with the Contract Documents so that City may occupy or utilize the
Work, or a designated portion, for the use for which it is intended, without unapproved disruption. This
date shall be confirmed by a certificate of Substantial Completion signed by all Parties.
v.A “Sub subcontractor” is a person or entity who has an agreement with a Subcontractor or another sub
subcontractor or Supplier to perform a portion of the Subcontractor’s Work or supply material or
equipment.
w.A “Supplier” is a person or entity retained by CMAR to provide material or equipment for the Work.
x.“Terrorism” means a violent act, or an act that is dangerous to human life, property, or infrastructure, that
is committed by an individual or individuals and that appears to be part of an effort to coerce a civilian
population or to influence the policy or affect the conduct of any government by coercion. Terrorism
includes, but is not limited to, any act certified by the United States government as an act of terrorism
pursuant to the Terrorism Risk Insurance Act, as amended.
y.“Work” means the construction and administrative and management services necessary or incidental to
fulfill Construction Manager's obligations for the Project in accordance with and reasonably inferable from
the Contract Documents. The Work may refer to the whole Project or only a part of the Project if work is
also being performed by Owner or Others.
z.“Worksite” means the area of the Project where the Work is to be performed.
aa. “Bi‐monthly basis” means every fourteen to sixteen calendar days.
6.Contract Document Review and Administration
a.Before commencing the Work, Construction Manager shall examine and compare the drawings and
specifications with information furnished by the City and Design Professional that are considered Contract
Documents, relevant field measurements made by Construction Manager, and any visible conditions at the
Worksite affecting the Work.
RFQ 25‐08, CMAR for Aquatic Facility
Page 6 of 22
b.Should Construction Manager discover any errors, omissions, or inconsistencies in the Contract
Documents, Construction Manager shall promptly report them to the City and Design Professional.
Following receipt of written notice from Construction Manager of defects, City shall promptly inform
Construction Manager what action, if any, Construction Manager shall take with regard to the defect.
c.Nothing in this section shall relieve CMAR of responsibility for its own errors, inconsistencies, or omissions.
d.COST REPORTING: Construction Manager shall maintain complete, accurate, and current records that
comply with generally accepted accounting principles and calculate the proper financial management
under this Agreement. Construction Manager shall maintain a complete set of all books and records
prepared or used by Construction Manager with respect to the Project. City shall be afforded access to all
of Construction Manager's records, books, correspondence, instructions, drawings, receipts, vouchers,
memoranda, and similar data relating to this Agreement. Construction Manager shall preserve all such
records for a period of three years after the final payment or longer where required by Law.
7.Warranty
a.Construction Manager warrants all materials and equipment furnished under the Construction Phase of
this Agreement will be new unless otherwise specified, of good quality, in conformance with the Contract
Documents, and free from defective workmanship and materials. At City or Design Professional request,
Construction Manager shall furnish satisfactory evidence of the quality and type of materials and
equipment furnished. Construction Manager further warrants all Work shall be free from material defects
not intrinsic in the design or materials required in the Contract Documents. Construction Manager's
warranty does not include remedies for defects or damages caused by normal wear and tear during normal
usage beyond the warranty period, use for a purpose for which the Project was not intended, improper or
insufficient maintenance, modifications performed by the City or others, or abuse. Construction Manager's
warranty shall commence on the Date of Final Completion of the Project.
b.To the extent products, equipment, systems, or materials incorporated in the Work are specified and
purchased by the City, they shall be covered exclusively by the warranty of the manufacturer. There are no
warranties which extend beyond the description on the face of any such warranty. For such incorporated
items, ALL OTHER WARRANTIES EXPRESSED OR IMPLIED INCLUDING THE WARRANTY OF
MERCHANTABILITY AND THE WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE ARE EXPRESSLY
DISCLAIMED.
c.Construction Manager shall obtain from its Subcontractors and Suppliers any special or extended
warranties required by the Contract Documents. Construction Manager's liability for such warranties shall
be limited to the two‐year correction period, as further defined in this Agreement. After that period
Construction Manager shall provide full and comprehensive assistance to the City in enforcing the
obligations of Subcontractors or Suppliers for such extended warranties.
d.Correction of Work within Two Years
i.If before Substantial Completion or within two‐years after the date of Final Completion of the Work
any Defective Work is found, City shall promptly notify Construction Manager in writing. Unless
City provides written acceptance of the condition, Construction Manager shall promptly correct
the Defective Work at its own cost and time and bear the expense of additional services required
for correction of any Defective Work for which it is responsible. If within the two‐year correction
period City discovers and does not promptly notify Construction Manager or give Construction
Manager an opportunity to test or correct Defective Work as reasonably requested by Construction
Manager, City waives Construction Manager's obligation to correct that Defective Work as well as
City’s right to claim a breach of the warranty with respect to that Defective Work.
RFQ 25‐08, CMAR for Aquatic Facility
Page 7 of 22
ii.If Construction Manager fails to correct Defective Work within a reasonable time after receipt of
written notice from City before final payment, City may correct it in accordance with Owner's right
to carry out the Work. In such case, an appropriate Change Order shall be issued deducting the
cost of correcting the Defective Work from payments then or thereafter due Construction
Manager. If payments then or thereafter due Construction Manager are not sufficient to cover such
amounts, Construction Manager shall pay the difference to City.
iii.Construction Manager’s obligations and liability, if any, with respect to any Defective Work
discovered after the two‐year correction period shall be determined by the Law. If, after the two‐
year correction period but before the applicable limitation period has expired, City discovers any
Work which City considers Defective Work, City shall, unless the Defective Work requires
emergency correction, promptly notify Construction Manager and allow Construction Manager an
opportunity to correct the Work if Construction Manager elects to do so. If Construction Manager
elects to correct the Work, it shall provide written notice of such intent within fourteen (14) Days
of its receipt of notice from City and shall complete the correction of Work within a mutually agreed
timeframe. If Construction Manager does not elect to correct the Work, City may have the Work
corrected by itself or Others, and, if City intends to seek recovery of those costs from Construction
Manager, City shall promptly provide Construction Manager with an accounting of the actual
correction costs.
iv.If Construction Manager's correction or removal of Defective Work causes damage to or destroys
other completed or partially completed work or existing building, Construction Manager shall be
responsible for the cost of correcting the destroyed or damaged property.
v.The two‐year period for correction of Defective Work does not constitute a limitation period with
respect to the enforcement of Construction Manager's other obligations under the Contract
Documents.
vi.Before final payment, at City option and with Construction Manager's agreement, City may elect
to accept Defective Work rather than require its removal and correction. In such cases the GMP
shall be equitably adjusted for any diminution in the value, as determined by City, of the Project
caused by such Defective Work.
8.Safety of Persons and Property
a.SAFETY PROGRAMS: Construction Manager holds overall responsibility for safety programs. However, such
obligation does not relieve Subcontractors of their safety responsibilities and to comply with the Law.
Construction Manager shall prevent against injury, loss, or damage to persons or property by taking
reasonable steps to protect: (a) its employees and other persons at the Worksite; (b) materials and
equipment stored at onsite or offsite locations for use in performing the Work; and (c) property located at
the Worksite and adjacent to work areas, whether or not the property is part of the Worksite.
b.CONSTRUCTION MANAGER'S SAFETY REPRESENTATIVE: Construction Manager shall designate an individual
at the Worksite in its employ as its safety representative. Unless otherwise identified by Construction
Manager in writing to City, Construction Manager’s project superintendent shall serve as its safety
representative. Construction Manager shall report promptly in writing all recordable accidents and injuries
occurring at the Worksite. When Construction Manager is required to file an accident report with a public
authority, Construction Manager shall furnish a copy of the report to City.
c.Construction Manager shall provide City with copies of all notices required of Construction Manager by the
Law. Construction Manager's safety program shall comply with the requirements of governmental and
quasi‐governmental authorities having jurisdiction.
RFQ 25‐08, CMAR for Aquatic Facility
Page 8 of 22
i.Damage or loss not insured under property insurance that may arise from the Work, to the extent
caused by negligent or intentionally wrongful acts or omissions of Construction Manager, or
anyone for whose acts Construction Manager may be liable, shall be promptly remedied by
Construction Manager.
d.If City deems any part of the Work or Worksite unsafe, City, without assuming responsibility for
Construction Manager's safety program, may require Construction Manager to stop performance of the
Work, take corrective measures satisfactory to City. If Construction Manager does not adopt corrective
measures, City may perform them and deduct their cost from the GMP. Construction Manager agrees to
make no claim for damages, or an increase in the GMP, or for a change in the Dates of Substantial or Final
Completion based on Construction Manager's compliance with City’s reasonable request.
9.Subcontracts:
a.BINDING OF SUBCONTRACTORS AND SUPPLIERS: Construction Manager agrees to bind every Subcontractor
and Supplier and require every Subcontractor to so bind its subcontractors and significant supplier, to the
Contract Documents as they apply to the Subcontractor's or Supplier's applicable provisions to that portion
of the Work.
b. Construction Manager agrees not to subcontract construction manager at risk related services without
prior written consent from the City.
10.Fees, Expenses, and Payments: The maximum not‐to‐exceed amount authorized for this agreement is included in
the breakdown shown below. Fees shall be paid to the CMAR as described in Appendix A.
a.Phase 1: Pre‐Construction Services through Conceptual Design
i.The maximum not‐to‐exceed amount authorized for this phase is $39,999.00 US Dollars. Fees shall
be paid to the CMAR from the City based Lump Sum basis as described in Appendix A.
b.Phase 2: Pre‐Construction Services from Conceptual Design through Construction Drawings:
i.Phase 2 and its basis shall be set forth in a Phase 2 Change Order.
c.Phase 3: Guaranteed Maximum Price (GMP)
i.If this Agreement is executed before establishment of the Guaranteed Maximum Price and its
acceptance by the City, then the GMP and its basis shall be set forth in a GMP Change Order.
ii.The GMP proposal shall include the cost of the Work, Construction Manager's Fee, the clarifications
upon which it is based, but shall not include compensation for Preconstruction Services (Phase 1).
iii.FAILURE TO ACCEPT THE GMP PROPOSAL: Unless the City accepts the GMP Proposal in writing the
GMP Proposal shall not be effective. If City fails to accept the GMP Proposal, or rejects the GMP
Proposal, City shall have the right to:
1.suggest modifications to the GMP Proposal
2.terminate the Agreement for convenience
iv.PRE‐GMP WORK: Before City acceptance of the GMP Proposal, Construction Manager shall not
incur any cost to be reimbursed as part of the Cost of the Work, except as provided in this
Agreement or by change order executed by the Parties.
v.GMP shall be itemized, including but not limited to:
RFQ 25‐08, CMAR for Aquatic Facility
Page 9 of 22
1.Wages for labor directly employed by Construction Manager in the performance of the
Scope of Services.
2.Salaries of Construction Manager's employees when stationed at the field office, in
whatever capacity employed, employees engaged on the road expediting the production
or transportation of material and equipment, and employees from the principal or branch
office as mutually agreed by the Parties in writing.
3.Cost of all employee benefits and taxes, including but not limited to, workers'
compensation, unemployment compensation, social security, health, welfare, retirement,
and other fringe benefits as required by law, labor agreements, or paid under Construction
Manager's standard personnel policy, insofar as such costs are paid to employees of
Construction Manager who are included in the Cost of the Work.
4.Transportation, travel, hotel, and moving expenses of Construction Manager's personnel
incurred in connection with the Work.
5.Cost of all materials, supplies, and equipment incorporated in the Work, including costs of
inspection and testing if not provided by City, transportation, storage, and handling.
6.Payments made by Construction Manager to Subcontractors for work performed under
this Agreement.
7.Cost, including transportation and maintenance of all materials, supplies, equipment,
temporary facilities, and hand tools not owned by the workers that are used or consumed
in the performance of the Work, less salvage value or residual value; and cost less salvage
value on such items used, but not consumed that remain the property of Construction
Manager.
8.Rental charges of all necessary machinery and equipment, exclusive of hand tools owned
by workers, used at the Worksite, whether rented from Construction Manager or others,
including installation, repair, and replacement, dismantling, removal, maintenance,
transportation, and delivery costs at competitive market rates.
9.Cost of the premiums for all insurance and surety, performance or payment bonds which
Construction Manager is required to procure or deems necessary and approved by City
including any additional premium incurred as a result of any increase in the GMP at fixed
rates approved by the City.
10.Sales, use, gross receipts, or other taxes, tariffs, or duties related to the Work for which
Construction Manager is liable.
11.Permits, taxes, fees, licenses, tests, royalties.
12.Losses, expenses, or damages to the extent not compensated by insurance or otherwise,
and the cost of corrective work during the Construction Phase and for the warranty period.
13.Costs associated with establishing, equipping, operating, maintaining, mobilizing and
demobilizing the field office.
14.Water, power, and fuel costs necessary for the Work.
15.Cost of removal of all nonhazardous substances, debris, and waste materials
16.Costs incurred due to an emergency affecting the safety of persons or property.
RFQ 25‐08, CMAR for Aquatic Facility
Page 10 of 22
17.Costs directly incurred in the performance of the Work or in connection with the Project,
and not included in Construction Manager's Fee, which are reasonably inferable from the
Contract Documents.
d.Fees set for the construction of this project are intended to be executed upon agreement of all parties in a
not to exceed form via change order. Due to the funding nature of this project, all parties agree payment
to the CMAR shall be made as follows:
i.The City shall be responsible for a not to exceed cap.
ii.Final amounts shall be identified with a Change Order, pursuant to agreement of all parties of a
Guaranteed Maximum Price.
e.CMAR shall track, log and report expenses directly related to this Agreement along with invoice which shall
include schedule of values for payment for each month. Invoices shall be itemized. Invoice and payment
requests shall not exceed the percentage of work completed as defined.
f.Payment Terms: All invoices are payable upon approval and due within thirty (30) calendar days. If a portion
of an invoice or statement is disputed by CITY, the undisputed portion shall be paid. CITY OF FAYETTEVILLE
shall advise CMAR in writing of the basis for any disputed portion of any invoice. CITY shall make reasonable
effort to pay invoices within 30 calendar days of date the invoice is approved.
g.STORED MATERIALS AND EQUIPMENT: Unless otherwise provided in the contract documents, applications
for payment may include materials and equipment not yet incorporated into the Work but delivered to and
suitably stored onsite or offsite including applicable insurance, storage, and costs incurred transporting the
materials to an offsite storage facility. Approval of payment applications for stored materials and
equipment stored offsite shall be conditioned on a submission by Construction Manager of bills of sale and
proof of required insurance, or such other documentation satisfactory to City to establish the proper
valuation of the stored materials and equipment, City’s title to such materials and equipment, and to
otherwise protect City’s interests therein, including transportation to the Worksite. Materials and
equipment stored offsite shall be in a bonded and insured secure facility.
h.Monthly invoices for each calendar month shall be submitted to City or such parties as City may designate
for professional services consistent with CMAR’s normal billing schedule. Once established, the billing
schedule shall be maintained throughout the duration of the Project. Invoices shall be made in accordance
with a format to be developed by CMAR and approved by City. Applications for payment shall be
accompanied each month by the updated project schedule as the basis for determining the value earned
as the work is accomplished. Final payment for professional services shall be made upon CITY OF
FAYETTEVILLE’S approval and acceptance with the satisfactory completion of professional services for the
Project.
i.Retainage in the amount of five percent (5%) will be withheld from each payment until project final
completion.
ii.Upon Substantial Completion, the City may release retainage on that portion of the Work a
Subcontractor has completed in whole or in part, and which City have accepted.
i.Final Payment: Upon satisfactory completion of the work performed under this Agreement, as a condition
before final payment under this Agreement, or as a termination settlement under this Agreement, CMAR
shall execute and deliver to CITY OF FAYETTEVILLE a release of all claims against CITY OF FAYETTEVILLE
arising under or by virtue of this Agreement, except claims which are specifically exempted by CMAR to be
set forth therein.
i.Unless otherwise provided in this Agreement or by State law or otherwise expressly agreed to by
the parties to this Agreement, final payment under this Agreement or settlement upon termination
RFQ 25‐08, CMAR for Aquatic Facility
Page 11 of 22
of this Agreement shall not constitute a waiver of CITY OF FAYETTEVILLE’s claims against CMAR or
sureties under this Agreement.
11.Project Bonding: Performance and payment bonding. After execution of this contract by all parties, CMAR shall
provide 100% separate performance and payment bonds from a bonding company, licensed to do business in the
state of Arkansas, to the City of Fayetteville after being file marked at the Washington County Circuit Clerk’s Office.
Bonds shall be provided within ten (10) calendar days after GMP change order has been executed and approved by
all parties.
a.Construction contracts for the project shall not be entered into between the CMAR and sub‐contractor
without 100% payment and performance bonds in the amount of the contract and any amendments
thereto and shall provide for the manner in which the construction shall be managed and supervised. Bonds
shall be valid and exchanged between all parties prior to the start of work.
b.A maintenance bond shall be provided for the duration of the entire warranty period.
c.All bonds shall be listed with the U.S. Treasury Department listing of approved surety’s (T‐List) and shall be
rated A+ minimum by A. M. Best.
12.Time:
a.SUBSTANTIAL and FINAL COMPLETION: Date of Substantial Completion and the Date of Final Completion
shall be established in a GMP Change Order to this Agreement (GMP) as a hard not to exceed date. If such
dates are not established upon the execution of this Agreement, at such time as GMP is accepted a Date
of Substantial Completion and Date of Final Completion of the Work shall be established in a GMP Change
Order.
b.Time is of the essence with regards to the obligations of the Contract Documents.
c.Unless instructed by City in writing, Construction Manager shall not knowingly commence the Work before
the effective date of Construction Manager’s required insurance and bonds.
d.Schedule of Work: Before submitting its first application for payment, Construction Manager shall submit
to City and, if directed, Design Professional a Schedule of the Work showing the dates on which
Construction Manager plans to begin and complete various parts of the Work, including dates on which
information and approvals are required from City. Except as otherwise directed by City, Construction
Manager shall comply with the approved Schedule of the Work or Construction Manager.
i.Unless otherwise agreed, the Schedule of the Work shall be formatted in a detailed precedence‐
style critical path method that (a) provides a graphic representation of all activities and events,
including float values that will affect the critical path of the Work, and (b) identifies dates that are
critical to ensure timely and orderly completion of the Work.
ii.Construction Manager shall update the Schedule of the Work on a bi‐monthly basis or as mutually
agreed by all Parties.
iii.City may determine the sequence in which the Work shall be performed, provided it does not
unreasonably interfere with the approved project schedule. City may require Construction
Manager to make reasonable changes in the sequence at any time during the performance of the
Work in order to facilitate the performance of work by City or Others. If Construction Manager
consequently incurs additional costs or is delayed, Construction Manager may seek equitable
adjustment of the GMP or the Dates of Substantial or Final Completion, or both.
e.NOTICE OF DELAY CLAIMS: If Construction Manager requests an equitable extension of the Contract Time
or an equitable adjustment in the GMP as a result of a delay described, Construction Manager shall give
RFQ 25‐08, CMAR for Aquatic Facility
Page 12 of 22
City written notice of the claim. If Construction Manager causes delay in the completion of the Work, City
shall be entitled to recover its additional costs.
f.MONITORING PROGRESS AND COSTS: Following acceptance by City of the GMP, Construction Manager
shall establish a process for monitoring actual costs against the GMP and actual progress against the
Schedule of Work. Construction Manager shall provide written reports to City at intervals as agreed to by
all Parties on the status of the Work, showing variances between actual costs and the GMP and actual
progress as compared to the Schedule of Work, including estimates of future costs and recovery programs
if actual progress indicates that the Dates of Substantial Completion or Final Completion may not be met.
13.Substantial Completion:
a.Construction Manager shall notify City and, if directed, Design Professional when it considers Substantial
Completion of the Work or a designated portion to have been achieved. City, with the assistance of its
Design Professional, shall promptly conduct an inspection to determine whether the Work or designated
portion can be occupied or used for its intended use by City without excessive interference in completing
any remaining unfinished Work. If City determines the Work or designated portion has not reached
Substantial Completion, City, with the assistance of its Design Professional, shall promptly compile a list of
items to be completed or corrected so City may occupy or use the Work or designated portion for its
intended use. Construction Manager shall promptly and accurately complete all items on the list.
b.When Substantial Completion of the Work or a designated portion is achieved, Construction Manager shall
prepare a Certificate of Substantial Completion establishing the date of Substantial Completion and the
respective responsibilities of each Party for interim items such as security, maintenance, utilities, insurance,
and damage to the Work, and fixing the time for completion of all items on the list accompanying the
Certificate. The Certificate of Substantial Completion shall be submitted by Construction Manager to City
and, if directed, to Design Professional for written acceptance of responsibilities assigned in the Certificate
of Substantial Completion.
c.Upon City’s written acceptance of the Certificate of Substantial Completion, City shall pay to Construction
Manager the remaining retainage held by City for the Work described in the Certificate of Substantial
Completion less a sum equal to one hundred and fifty percent (150%) of the estimated cost of completing
or correcting remaining items on that part of the Work, as agreed to by the Parties as necessary to achieve
Final Completion, including all close outs. Uncompleted items shall be completed by Construction Manager
in a mutually agreed upon timeframe.
14.Final Completion:
a.Upon notification from Construction Manager that the Work is complete and ready for final inspection and
acceptance, City, with the assistance of its Design Professional shall promptly conduct an inspection to
determine if the Work has been completed and is acceptable under the Contract Documents.
b.When the Work is complete, Construction Manager shall prepare for City’s written acceptance a final
application for payment stating that to the best of Construction Manager's knowledge, and based on City’s
inspections, the Work has reached Final Completion in accordance with the Contract Documents.
c.Final payment of the balance of the GMP shall be made to Construction Manager within thirty (30) Days
after Construction Manager has submitted an application for final payment, pending the application has
been approved by the City, including submissions required, and a Certificate of Final Completion has been
executed by all Parties.
d.Final payment shall be due on Construction Manager's submission of the following to the City:
RFQ 25‐08, CMAR for Aquatic Facility
Page 13 of 22
i.an affidavit declaring any indebtedness connected with the Work, to have been paid, satisfied, or
to be paid with the proceeds of final payment, so as not to encumber City property;
ii.as‐built drawings, manuals, copies of warranties, and all other close‐out documents required by
the Contract Documents;
iii.release of any liens, conditioned on final payment being received;
iv.consent of any surety; and
v.any outstanding known and unreported accidents or injuries experienced by Construction Manager
or its Subcontractors at the Worksite.
e.If, after Substantial Completion of the Work, the Final Completion of a portion of the Work is materially
delayed through no fault of Construction Manager. The City may pay the balance due for any portion of the
Work fully completed and accepted. If the remaining contract balance for Work not fully completed and
accepted is less than the retained amount before payment, Construction Manager shall submit to City and,
if directed, Design Professional the written consent of any surety to payment of the balance due for
portions of the Work that are fully completed and accepted. Such payment shall not constitute a waiver of
claims.
f.Warranties required by the Contract Documents shall commence on the date of Final Completion of the
Work or a designated portion.
g.ACCEPTANCE OF FINAL PAYMENT: Unless Construction Manager provides written identification of
unsettled claims with an application for final payment, its acceptance of final payment constitutes a waiver
of such claims.
h.CMAR shall ensure that the City of Fayetteville receives lien waivers from all material suppliers,
subcontractors and sub‐subcontractors and before work begins on the project. The contractor shall give
written notice to the material suppliers, subcontractors and sub‐subcontractors providing work on the
project that states the following:
i.‘According to Arkansas law, it is understood that no liens can be filed against public property if valid
and enforceable payment and performance bond is in place. Regarding this Project and Agreement,
the valid and enforceable bonds are with ( name of surety ).’
ii.CMAR shall direct its subcontractors to obtain a written receipt evidencing acknowledgment of this
statement from sub‐subcontractors.
15.Notices: Any notice required to be given under this Agreement to either party to the other shall be sufficient if
addressed and mailed, certified mail, postage paid, delivery, fax or e‐mail (receipt confirmed), or overnight courier.
16.Jurisdiction: Legal jurisdiction to resolve any disputes shall be Arkansas with Arkansas law applying to the case.
17.Venue: Venue for all legal disputes shall be Washington County, Arkansas.
18.Freedom of Information Act: City of Fayetteville contracts and documents prepared while performing 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 CMAR shall 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 photo coping costs pursuant to the FOIA may be assessed for this compliance.
19.Changes in Scope or Price: 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 City in advance of the change in scope,
RFQ 25‐08, CMAR for Aquatic Facility
Page 14 of 22
cost, or fees. Increases in price or fees above the amount approved by the Fayetteville City Council, including any
project contingency, shall require City Council approval.
20.Insurance:
a.Before starting the Work and as a condition precedent to payment, Construction Manager shall procure
and maintain in force Workers’ Compensation Insurance, Employers' Liability Insurance, Business
Automobile Liability Insurance, and Commercial General Liability Insurance (“CGL”). The CGL policy shall
include coverage for liability arising from premises, operations, independent contractors, products‐
completed operations, personal injury and advertising injury, contractual liability, pollution coverage, and
broad form property damage. Construction Manager shall maintain completed operations liability
insurance for one year after Substantial Completion, or as required by the Contract Documents, whichever
is longer. Construction Manager's Employers' Liability, Business Automobile Liability and CGL policies shall
be written with at least the limits of liability presented in Appendix B.
b.Employers' Liability, Business Automobile Liability, and CGL coverages required may be provided by a single
policy for the full limits required or by a combination of underlying policies with the balance provided by
excess or umbrella liability policies.
c.Construction Manager shall maintain in effect all insurance coverage required with insurance companies
lawfully authorized to do business in the jurisdiction in which the Project is located. If Construction Manager
fails to obtain or maintain any insurance coverage required under this Agreement, City may purchase such
coverage and charge the expense to Construction Manager or terminate this Agreement.
d.To the extent commercially available to Construction Manager from its current insurance company,
insurance policies required shall contain a provision that the insurance company or its designee shall give
City written notice transmitted in paper and electronic format: (a) 30 Days before coverage is nonrenewed
by the insurance company and (b) within 10 Business Days after cancelation of coverage by the insurance
company. Before commencing the Work and upon renewal or replacement of the insurance policies,
Construction Manager shall furnish City with certificates of insurance until one year after Substantial
Completion or longer if required by the Contract Documents. In addition, if any insurance policy required
is not to be immediately replaced without lapse in coverage when it expires, exhausts its limits, or is to be
cancelled, Construction Manager shall give City prompt written notice upon actual or constructive
knowledge of such condition.
e.Certificates of Insurance shall list the City as Additional Insured Parties.
f.PROPERTY INSURANCE:
i.At no time shall any policy be covered by self‐insurance or in a self‐insured format. All policies shall
be covered by an approved commercial insurance professional properly licensed to do business in
Arkansas.
ii.Unless otherwise directed in writing by City, before starting the Work, CMAR shall obtain and
maintain a Builder's Risk Policy upon the entire Project for the full cost of replacement at the time
of loss, including existing structures. This insurance shall also (a) name Construction Manager,
Subcontractors, Sub subcontractors, and Design Professional as named insureds; (b) be written in
such form to cover all risks of physical loss except those specifically excluded by the policy; and (c)
insure at least against and not exclude:
1.the perils of fire, lightning, explosion, windstorm, hail, smoke, aircraft (except aircraft,
including helicopter, operated by or on behalf of Construction Manager) and vehicles, riot
and civil commotion, theft, vandalism, malicious mischief, debris removal, flood,
RFQ 25‐08, CMAR for Aquatic Facility
Page 15 of 22
earthquake, earth movement, water damage, wind damage, testing if applicable, collapse,
however caused;
2.damage resulting from defective workmanship or material;
3.coverage extension for damage to existing buildings, plant, or other structures at the
Worksite, when the Project is contained within or attached to such existing buildings, plant
or structures. Coverage shall be to the extent loss or damage arises out of Constructor’s
activities or operations at the Project;
4.equipment breakdown, including mechanical breakdown, electrical injury to electrical
devices, explosion of steam equipment, and damage to steam equipment caused by a
condition within the equipment;
5.testing coverage for running newly installed machinery and equipment at or beyond the
specified limits of their capacity to determine whether they are fit for their intended use;
and
6.physical loss resulting from Terrorism.
iii.The Party that is the primary cause of a Builder’s Risk Policy claim shall be responsible for any
deductible amounts or coinsurance payments. If no Party is the primary cause of a claim, then the
Party obtaining and maintaining the Builder’s Risk Policy shall be responsible for the deductible
amounts or coinsurance payments. This policy shall provide for a waiver of subrogation. This
insurance shall remain in effect until final payment has been made or until no person or entity
other than City has an insurable interest in the property to be covered by this insurance, whichever
is sooner. Partial occupancy or use of the Work shall not commence until City has secured the
consent of the insurance company or companies providing the coverage required in this
subsection. Before commencing the Work, City shall provide a copy of the property policy or
policies obtained.
iv.If City elects to purchase the property insurance required by this Agreement, including all of the
coverages and deductibles for the same durations specified, City shall give written notice to
Construction Manager before the Work is commenced and provide a copy of the property policy
or policies obtained in compliance with this agreement. City may then provide insurance to protect
its interests and the interests of the Constructor, Subcontractors, Suppliers, and Sub
subcontractors. The cost of this insurance shall be paid by City in a Change Order. If City gives
written notice of its intent to purchase property insurance required by this Agreement and fails to
purchase or maintain such insurance, City shall be responsible for costs reasonably attributed to
such failure.
v.The Parties each waive all rights against each other and their respective employees, agents,
contractors, subcontractors, suppliers, sub subcontractors, and design professionals for damages
caused by risks covered by the property insurance, except such rights as they may have to the
proceeds of the insurance.
1.To the extent of the limits of Construction Manager's Commercial General Liability
Insurance, Construction Manager shall indemnify and hold harmless City against any and
all liability, claims, demands, damages, losses, and expenses, including attorneys' fees, in
connection with or arising out of any damage or alleged damage to any of City’s existing
adjacent property, including personal property, that may arise from the performance of
the Work, to the extent caused by the negligent or intentionally wrongful acts or omissions
of Construction Manager, Subcontractor, Supplier, Sub subcontractor, or anyone
RFQ 25‐08, CMAR for Aquatic Facility
Page 16 of 22
employed directly or indirectly by any of them or by anyone for whose acts any of them
may be liable.
g.RISK OF LOSS: Except to the extent a loss is covered by applicable insurance, risk of loss from damage to
the Work shall be upon the Party obtaining and maintaining the Builder’s Risk until the Date of Final
Completion.
h.ADDITIONAL GENERAL LIABILITY COVERAGE: City shall require Construction Manager to purchase and
maintain additional liability coverage. Construction Manager shall provide:
i.Additional Insured. City shall be named as an additional insured on Construction Manager's
Commercial General Liability (CGL) specified, for on‐going operations and completed operations,
excess/umbrella liability, commercial automobile liability, and any required pollution liability, but
only with respect to liability for bodily injury, property damage, or personal and advertising injury
to the extent caused by the negligent acts or omissions of Construction Manager, or those acting
on Construction Manager's behalf, in the performance of Construction Manager's work for Owner
at the Worksite. The insurance of the Construction Manager and its Subcontractors (both primary
and excess) shall be primary to any insurance available to the Additional Insureds. Any insurance
available to the Additional Insureds shall be excess and non‐contributory.
ii.OCP. Construction Manager shall provide an Owners' and Contractors' Protective Liability
Insurance (“OCP”) policy with limits equal to the limits on CGL specified, or limits as otherwise
required by Owner.
i.Any documented additional cost in the form of a surcharge associated with procuring the additional liability
coverage in accordance with this subsection shall be paid by CMAR. Before commencing the Work,
Construction Manager shall provide either a copy of the OCP policy, or a certificate and endorsement
evidencing that City has been named as an additional insured, as applicable.
i.ROYALTIES, PATENTS, AND COPYRIGHTS: Construction Manager shall pay all royalties and license
fees , unless otherwise specified in the Contract Documents, which may be due on the inclusion of
any patented or copyrighted materials, methods, or systems selected by Construction Manager
and incorporated in the Work. Construction Manager shall defend, indemnify, and hold City
harmless from all suits or claims for infringement of any patent rights or copyrights arising out of
such selection unless such design, process or product of a particular manufacturer or
manufacturers is required by the Contract Documents, or where the copyright violations are
contained in documents prepared by the Owner.
j.PROFESSIONAL LIABILITY INSURANCE: To the extent Construction Manager is required to procure design
services, Construction Manager shall require its design professionals to obtain a commercial professional
liability insurance for claims arising from the negligent performance of professional services under this
Agreement, with a company reasonably satisfactory to City, including coverage for all professional liability
caused by any consultants to Construction Manager’s design professional, written for not less than one
million US dollars ($1,000,000) per claim and in the aggregate. Construction Manager’s design professional
shall pay the deductible. The Professional Liability Insurance shall contain a retroactive date providing prior
acts coverage sufficient to cover all Services performed by the Constructor’s design professional for this
Project. Coverage shall be continued in effect for the entire warranty period.
21.Professional Responsibility: CMAR will exercise reasonable skill, care, and diligence in the performance of services
and will carry out its responsibilities in accordance with customarily accepted professional practices. CITY OF
FAYETTEVILLE will promptly report to CMAR any defects or suspected defects in services of which CITY OF
FAYETTEVILLE becomes aware, so CMAR can take measures to minimize the consequences of such a defect. CITY
OF FAYETTEVILLE retains all remedies to recover for its damages caused by any negligence of CMAR.
RFQ 25‐08, CMAR for Aquatic Facility
Page 17 of 22
22. Responsibility of the City of Fayetteville
a. CITY OF FAYETTEVILLE shall, within a reasonable time, so as not to delay the services of CMAR:
i. Provide full information as to the requirements for the Project.
ii. Assist CMAR by placing at CMAR’s disposal all available information pertinent to the assignment
including previous reports and any other data relative thereto.
iii. Assist CMAR in obtaining access to property reasonably necessary for CMAR to perform its services.
iv. Examine all studies, reports, sketches, cost opinions, proposals, and other documents presented
by CMAR and render in writing decisions pertaining thereto.
v. Review all documents and provide written comments to CMAR in a timely manner.
vi. The City of Fayetteville Public Works Director, or their designee, is the project representative with
respect to the services to be performed under this Agreement. The Public Works Director shall
have complete authority to transmit instructions, receive information, interpret and define policies
and decisions with respect to materials, equipment, elements and systems to be used in the
Project, and other matters pertinent to the services covered by this Agreement.
23. Cost Opinions and Projections: Cost opinions and projections prepared by the CMAR relating to construction costs
and schedules, operation and maintenance costs, equipment characteristics and performance, cost estimating, and
operating results are based on CMAR’s experience, qualifications, and judgment as a CMAR professional.
24. Period of Service: This Agreement will become effective upon the first written notice by CITY OF FAYETTEVILLE
authorizing services hereunder.
a. The provisions of this Agreement have been agreed to in anticipation of the orderly progress of the Project
through completion of the services stated in the Agreement. CMAR shall proceed with providing the
authorized services immediately upon receipt of written authorization from CITY OF FAYETTEVILLE. Said
authorization shall include the scope of the services authorized and the time in which the services are to
be completed.
25. Termination:
a. This Agreement may be terminated in whole or in part in writing by either party in the event of substantial
failure by the other party to fulfill its obligations under this Agreement through no fault of the terminating
party, provided that no termination may be effected unless the other party is given:
i. Not less than ten (10) calendar days written notice (delivered by certified mail, return receipt
requested) of intent to terminate,
ii. An opportunity for consultation with the terminating party prior to termination.
b. This Agreement may be terminated in whole or in part in writing by CITY OF FAYETTEVILLE for its
convenience, provided that CMAR is given:
i. Not less than ten (10) calendar days written notice (delivered by certified mail, return receipt
requested) of intent to terminate,
ii. An opportunity for consultation with the terminating party prior to termination.
c. If termination for default is affected by CITY OF FAYETTEVILLE, an equitable adjustment in the price
provided for in this Agreement shall be made, but
RFQ 25‐08, CMAR for Aquatic Facility
Page 18 of 22
i.No amount shall be allowed for anticipated profit on unperformed services or other work,
ii.Any payment due to CMAR at the time of termination may be adjusted to cover any additional
costs to CITY OF FAYETTEVILLE because of CMAR’s default.
d.If termination for default is affected by CMAR, or if termination for convenience is affected by CITY OF
FAYETTEVILLE, the equitable adjustment shall include a reasonable profit for services or other work
performed. The equitable adjustment for any termination shall provide for payment to CMAR for services
rendered and expenses incurred prior to the termination, in addition to termination settlement costs
reasonably incurred by CMAR relating to commitments which had become firm prior to the termination.
e.Upon receipt of a termination action under Paragraphs above, CMAR shall:
i.Promptly discontinue all affected work (unless the notice directs otherwise),
ii.Deliver or otherwise make available to CITY OF FAYETTEVILLE all data, drawings, specifications,
reports, estimates, summaries and such other information and materials as may have been
accumulated by CMAR in performing this Agreement, whether completed or in process.
f.Upon termination under sections above CITY OF FAYETTEVILLE may take over the work and may award
another party an agreement to complete the work under this Agreement.
g.If, after termination for failure of CMAR to fulfill contractual obligations, it is determined that CMAR had
not failed to fulfill contractual obligations, the termination shall be deemed to have been for the
convenience of CITY OF FAYETTEVILLE. In such event, adjustments of the agreement price shall be made
as provided in this agreement.
26.Delays
a.In the event the services of CMAR are suspended or delayed by CITY OF FAYETTEVILLE, or by other events
beyond CMAR’s reasonable control, CMAR shall be entitled to additional compensation and time for
reasonable documented costs incurred by CMAR in temporarily closing down or delaying the Project.
b.In the event the services are suspended or delayed by CMAR, CITY shall be entitled to compensation and
time for reasonable costs incurred in temporarily closing down or delaying the Project.
27.Rights and Benefits: CMAR’s services shall be performed solely for the benefit of CITY OF FAYETTEVILLE and not for
the benefit of any other persons or entities.
28.Dispute Resolution
a.Scope of Paragraph: The procedures of this Paragraph shall apply to any and all disputes between CITY OF
FAYETTEVILLE and CMAR which arise from, or in any way are related to, this Agreement, including, but not
limited to the interpretation of this Agreement, the enforcement of its terms, any acts, errors, or omissions
of CITY OF FAYETTEVILLE or CMAR in the performance of this Agreement, and disputes concerning
payment.
b.Exhaustion of Remedies Required: No action may be filed unless the parties first negotiate. If timely Notice
is given as described in this agreement, but an action is initiated prior to exhaustion of these procedures,
such action shall be stayed, upon application by either party to a court of proper jurisdiction, until the
procedures in this agreement have been complied with.
c.Notice of Dispute
RFQ 25‐08, CMAR for Aquatic Facility
Page 19 of 22
i. For disputes arising prior to the making of final payment promptly after the occurrence of any
incident, action, or failure to act upon which a claim is based, the party seeking relief shall serve
the other party with a written Notice.
ii. For disputes arising within one year after the making of final payment, CITY OF FAYETTEVILLE shall
give CMAR written Notice at the address listed in this agreement within thirty (30) calendar days
after occurrence of any incident, accident, or first observance of defect or damage. In both
instances, the Notice shall specify the nature and amount of relief sought, the reason relief should
be granted, and the appropriate portions of this Agreement that authorize the relief requested.
iii. Negotiation: Within seven (7) calendar days of receipt of the Notice, the Project Managers for CITY
OF FAYETTEVILLE and CMAR shall confer in an effort to resolve the dispute. If the dispute cannot
be resolved at that level, then, upon written request of either side, the matter shall be referred to
the President of CMAR, and the Mayor of CITY OF FAYETTEVILLE or his or her designee. These
officers shall meet at the Project Site or such other location as is agreed upon within 30 calendar
days of the written request to resolve the dispute.
29. Sufficient Funds: The CITY represents to have sufficient funds or the means of obtaining funds to remit payment to
CMAR for services rendered by CMAR. All parties agree if funding should become insufficient to complete the
project, CMAR shall be notified in a timely manner.
30. Publications: Recognizing the importance of professional services on the part of CMAR’s employees and the
importance of CMAR’s public relations, CMAR may prepare publications, such as technical papers, articles for
periodicals, promotional materials, and press releases, in electronic or other format, pertaining to CMAR’s services
for the Project. Such publications will be provided to CITY OF FAYETTEVILLE in draft form for CITY OF FAYETTEVILLE’s
advance review. CITY OF FAYETTEVILLE shall review such drafts promptly and provide CITY OF FAYETTEVILLE’s
comments to CMAR, CITY OF FAYETTEVILLE may require deletion of proprietary data or confidential information
from such publications, but otherwise CITY OF FAYETTEVILLE will not unreasonably withhold approval. Approved
materials may be used in a variety of situations and do not require additional review or approval for each use. The
cost of CMAR’s activities pertaining to any such publication shall be for CMAR’s account.
31. Indemnification: To the fullest extent permitted by law, the CMAR shall indemnify and hold harmless the City from
and against claims, damages, losses and expenses, including but not limited to attorneys’ fees, arising out of or
resulting from performance of the Work, provided that such claim, damage, loss or expense is attributable to bodily
injury, sickness, disease or death or injury to or destruction of tangible property (other than the Work itself) but
only to the extent caused by the negligent acts or omissions of the CMAR, a Subcontractor, anyone directly or
indirectly employed by them, or anyone for whose acts they may be liable, regardless of whether or not such claim,
damage, loss, or expense is caused in part by a party indemnified hereunder. Such obligation shall not be construed
to negate, abridge, or reduce other rights or obligations of indemnity that would otherwise exist as to a party or
person described in this Agreement.
32. Ownership of Documents:
a. All documents provided by CITY OF FAYETTEVILLE including original drawings, CAD drawings, estimates,
field notes, and project data are and remain the property of CITY OF FAYETTEVILLE. CMAR may retain
reproduced copies of drawings and copies of other documents.
b. Engineering and architectural documents, computer models, drawings, specifications and other hard copy
or electronic media prepared by CMAR as part of the Services shall become the property of CITY OF
FAYETTEVILLE when CMAR has been compensated for all Services rendered, provided, however, that CMAR
shall have the unrestricted right to their use. CMAR shall, however, retain its rights in its standard drawings
details, specifications, databases, computer software, and other proprietary property. Rights to intellectual
RFQ 25‐08, CMAR for Aquatic Facility
Page 20 of 22
property developed, utilized, or modified in the performance of the Services shall remain the property of
CMAR.
c.Any files delivered in electronic medium may not work on systems and software different than those with
which they were originally produced. CMAR makes no warranty as to the compatibility of these files with
any other system or software. Because of the potential degradation of electronic medium over time, in the
event of a conflict between the sealed original drawings/hard copies and the electronic files, the sealed
drawings/hard copies will govern.
33.Additional Responsibilities of CMAR:
a.Review, approval, or acceptance of design drawings, specifications, reports and other services furnished
hereunder by CITY shall not in any way relieve CMAR of responsibility for the technical adequacy of the
work. Review, approval or acceptance of, or payment for any of the services by CITY shall not be construed
as a waiver of any rights under this Agreement or of any cause of action arising out of the performance of
this Agreement.
b.CMAR shall be and shall remain liable, in accordance with applicable law, for all damages to CITY OF
FAYETTEVILLE caused by CMAR’s negligent performance, except beyond the CMAR’s normal standard of
care, of any of the services furnished under this Agreement, and except for errors, omissions or other
deficiencies to the extent attributable to CITY OF FAYETTEVILLE or CITY OF FAYETTEVILLE‐furnished data.
c.CMAR’s obligations under this clause are in addition to CMAR’s other express or implied assurances under
this Agreement or State law and in no way diminish any other rights that CITY OF FAYETTEVILLE may have
against CMAR for faulty materials, equipment, or work.
34.Audit and Access to Records:
a.CMAR shall maintain books, records, documents and other evidence directly pertinent to performance on
work under this Agreement in accordance with generally accepted accounting principles and practices
consistently applied in effect on the date of execution of this Agreement.
b.CMAR shall also maintain the financial information and data used by CMAR in the preparation of support
of the cost submission required for any negotiated agreement or change order and send to CITY OF
FAYETTEVILLE a copy of the cost summary submitted. CITY OF FAYETTEVILLE, the State or any of their
authorized representatives shall have access to all such books, records, documents and other evidence for
the purpose of inspection, audit and copying during normal business hours. CMAR will provide proper
facilities for such access and inspection.
c.Records shall be maintained and made available during performance on assisted work under this
Agreement and until three years from the date of final payment for the project. In addition, those records
which relate to any controversy arising out of such performance, or to costs or items to which an audit
exception has been taken, shall be maintained and made available until three years after the date of
resolution of such appeal, litigation, claim or exception.
d. This right of access clause (with respect to financial records) applies to:
i.Negotiated prime agreements
ii.Negotiated change orders or agreement amendments affecting the price of any formally
advertised, competitively awarded, fixed price agreement
iii.Agreements or purchase orders under any agreement other than a formally advertised,
competitively awarded, fixed price agreement. However, this right of access does not apply to a
RFQ 25‐08, CMAR for Aquatic Facility
Page 21 of 22
prime agreement, lower tier sub agreement or purchase order awarded after effective price
competition, except:
1.With respect to record pertaining directly to sub agreement performance, excluding any
financial records of CMAR;
2.If there is any indication that fraud, collusion, gross abuse or corrupt practices may be
involved;
3.If the sub agreement is terminated for default or for convenience.
35.Covenant Against Contingent Fees: CMAR warrants that no person or selling agency has been employed or retained
to solicit or secure this Agreement upon an agreement of understanding for a commission, percentage, brokerage
or continent fee, excepting bona fide employees or bona fide established commercial or selling agencies maintained
by CMAR for the purpose of securing business. For breach or violation of this warranty, CITY OF FAYETTEVILLE shall
have the right to annul this Agreement without liability or at its discretion, to deduct from the contract price or
consideration, or otherwise recover, the full amount of such commission, percentage, brokerage, or contingent fee.
36.Gratuities:
a.If CITY OF FAYETTEVILLE finds after a notice and hearing that CMAR or any of CMAR agents or
representatives, offered or gave gratuities (in the form of entertainment, gifts or otherwise) to any official,
employee or agent of CITY OF FAYETTEVILLE or related third party contractor associated with this project,
in an attempt to secure an agreement or favorable treatment in awarding, amending or making any
determinations related to the performance of this Agreement, CITY OF FAYETTEVILLE may, by written
notice to CMAR terminate this Agreement. CITY OF FAYETTEVILLE may also pursue other rights and
remedies that the law or this Agreement provides. However, the existence of the facts on which CITY OF
FAYETTEVILLE bases such finding shall be in issue and may be reviewed in proceedings under the Remedies
clause of this Agreement.
b.The CITY may pursue the same remedies against CMAR as it could pursue in the event of a breach of the
Agreement by CMAR. As a penalty, in addition to any other damages to which it may be entitled by law,
CITY OF FAYETTEVILLE may pursue exemplary damages in an amount, as determined by CITY, which shall
be not less than three nor more than ten times the costs CMAR incurs in providing any such gratuities to
any such officer or employee.
RFQ 25‐08, CMAR for Aquatic Facility
Page 22 of 22
IN WITNESS WHEREOF, CITY OF FAYETTEVILLE, ARKANSAS by and through its Mayor, and CDI CONTRACTORS, LLC. by its
authorized officer have made and executed this Agreement as of the day and year first above written:
CITY OF FAYETTEVILLE, ARKANSAS CDI CONTRACTORS, LLC
By: By: _
Molly Rawn, Mayor Matt Bodishbaugh, Executive Vice President
ATTEST: Date Signed: _________________________
By:
Kara Paxton, City Clerk‐Treasurer
Date Signed: _________________________ 11/04/2025
11/04/2025
September 3, 2025
APPENDIX A
Fayetteville Aquatic Center
for
PHASE 1: Pre-Construction Services through Conceptual Design
Lump Sum Amount for Phase 1 Preconstruction Services through Schematic Design:
$39,999.00.
Phase 1 preconstruction services lump sum amount includes Construction Manager
support in design review, pricing of program elements/options, program scheduling, and
value engineering. Construction Manager shall develop an opinion of cost report for the
programmatic design package as part of these Phase 1 preconstruction services.
Preconstruction services shall be billed on a percent complete basis.
City of Fayetteville, AR
RFQ 25‐08, CMAR for Aquatic Facility
Page 1 of 23
City of Fayetteville, AR
Purchasing Division, Room 306
113 W. Mountain Street
Fayetteville, AR 72701
Phone: 479‐575‐8256
TDD (Telecommunication Device for the Deaf): 479.521.1316
RFQ 25‐08, CMAR for Aquatic Facility
DEADLINE: Thursday, May 22, 2025 prior to 2:00:00 PM, local time
PROCUREMENT DIRECTOR: Amanda Beilfuss, abeilfuss@fayetteville‐ar.gov
DATE OF ISSUE AND ADVERTISEMENT: 04/27/25, 04/28/25 & 04/29/25
Late qualifications will not be accepted.
Request for Qualifications (RFQ’s) shall be submitted in accordance with the attached City of
Fayetteville specifications and RFQ documents attached hereto. Each Proposer is required to
fill in every blank and shall supply all information requested; failure to do so may be used as
basis of rejection. Any statement of qualification will be rejected that violates or conflicts with
state, local, or federal laws, ordinances, or policies.
All RFQ’s shall be submitted electronically via the City’s third‐party electronic bidding portal at
http://fayetteville‐ar.gov/bids. If submitting a physical statement of qualifications is necessary,
contact the City’s Purchasing Division.
The proposer hereby offers to furnish & deliver the articles or services as specified, at the terms stated herein,
and in strict accordance with the specifications and general conditions of submitting, all of which are made a
part of this offer. This offer is not subject to withdrawal unless upon mutual written agreement by the
Proposer/Bidder and City Procurement Director.
RFQ (REQUEST FOR QUALIFICATIONS)
Ap
p
e
n
d
i
x
B
RF
Q
2
5
-
0
8
,
C
M
A
R
-
Aq
u
a
t
i
c
F
a
c
i
l
i
t
y
Cit
y
I
s
s
u
e
d
R
F
Q
City of Fayetteville, AR
RFQ 25‐08, CMAR for Aquatic Facility
Page 2 of 23
City of Fayetteville
RFQ 25‐08, CMAR for Aquatic Facility
Advertisement
City of Fayetteville, Arkansas
Request for Statements of Qualification
RFQ 25‐08, Construction Manager at Risk (CMAR) for Aquatic Facility
The City of Fayetteville is accepting statements of qualifications from construction management firms properly
licensed to provide, construction management services as a construction manager at risk (CMAR) for the
construction of a new Aquatic Facility. The project includes, but is not limited to, construction of a Competition
Natatorium, Recreational/Wellness Natatorium, Aquatics Support/Filter Building, Changing Facility and all
required infrastructure.
Professional Services required include:
1. Ensure all funds are spent in accordance with State of Arkansas Procurement laws
2. Guaranteed maximum price (GMP) development
3. Cost Estimating
4. Sub‐contractor bidding and procurement
5. Project and change order pricing
6. Schedule control
7. Cost reduction and control
8. Project coordination with the design engineer and the City of Fayetteville.
9. Project close out
10. Warranty
To be considered, statements of qualification shall be received electronically through the City of Fayetteville,
Purchasing Division’s online bidding platform by Thursday, May 22, 2025 before 2:00:00 PM, local time.
The solicitation RFQ & addendums can be downloaded from the City’s web site at http://fayetteville‐
ar.gov/bids. All questions regarding the process should be directed to Amanda Beilfuss at
abeilfuss@fayetteville‐ar.gov.
Firms submitting a statement of qualification shall be qualified to do business and licensed in accordance with
all applicable laws of the state and local governments where the project is located. Proposers shall have a
current, valid registration with the Arkansas Secretary of State at time of RFP deadline OR be able to provide
proof of registration before recommendation of award to Fayetteville City Council.
Pursuant to Arkansas Code Annotated §22‐9‐203 The City of Fayetteville encourages all qualified small, minority
and women business enterprises to bid on and receive contracts for goods, services, and construction. Also,
City of Fayetteville encourages all general contractors to subcontract portions of their contract to qualified
small, minority and women business enterprises.
Ap
p
e
n
d
i
x
B
RF
Q
2
5
-
0
8
,
C
M
A
R
-
Aq
u
a
t
i
c
F
a
c
i
l
i
t
y
Cit
y
I
s
s
u
e
d
R
F
Q
City of Fayetteville, AR
RFQ 25‐08, CMAR for Aquatic Facility
Page 3 of 23
The City of Fayetteville reserves the right to reject any or all proposals and to waive irregularities therein, and all
Proposers shall agree that such rejection shall be without liability on the part of the City of Fayetteville for any
damage or claim brought by any Proposer because of such rejections, nor shall the Proposers seek any recourse
of any kind against the City of Fayetteville because of such rejections. The filing of any Proposal in response to
this invitation shall constitute an agreement of the Proposer to these conditions.
City of Fayetteville
By: Amanda Beilfuss, Procurement Director
P: 479.575.8220 abeilfuss@fayetteville‐ar.gov
TDD (Telecommunications Device for the Deaf): (479) 521‐1316
Ad dates: 04.27.25, 04.28.25, and 04.29.25
This publication was paid for by the Purchasing Division of the City of Fayetteville, Arkansas.
Amount paid: $636.23
Ap
p
e
n
d
i
x
B
RF
Q
2
5
-
0
8
,
C
M
A
R
-
Aq
u
a
t
i
c
F
a
c
i
l
i
t
y
Cit
y
I
s
s
u
e
d
R
F
Q
City of Fayetteville, AR
RFQ 25‐08, CMAR for Aquatic Facility
Page 4 of 23
City of Fayetteville
RFQ 25‐08, CMAR for Aquatic Facility
SECTION A: General Terms & Conditions
1. SUBMISSION OF A STATEMENT OF QUALIFICATIONS SHALL INCLUDE:
Each statement of qualifications (“SOQ” or “proposal”) shall contain the following at a minimum. Proposer
must also address detailed requirements as specified in the Scope of Work.
a. A written narrative describing the method or manner in which the Proposer proposes to satisfy
requirements of this RFQ in the most cost‐effective manner. The term Proposer shall be in reference to
a firm or individual responding to this solicitation. The term proposal is used in these documents as
equal to statement of qualification.
b. A description of the Proposer’s experience in providing the same or similar services as outlined in the
RFQ. This description should include the names of the person(s) who will provide the services, their
qualifications, and the years of experience in performing this type of work. Also, include the reference
information requested in this RFQ.
c. Electronic Submittal: Proposers are required to go to www.fayetteville‐ar.gov/bids and follow the
prompts to submit a statement of qualifications within the electronic bidding platform. All Proposers
must register in order to be able to submit. There is no fee for registration. If submitting a physical
statement of qualifications is necessary, contact the City’s Purchasing Division.
i. SOQ’s shall be prepared simply and economically, providing a straightforward, concise
description of its ability to meet the requirements for the project. Fancy bindings, colored
displays, and promotional material are not required. Emphasis should be on completeness
and clarity of content. All submittals shall be formatted for standard 8 ½” x 11” size
documentation. Exceptions would be schematics, exhibits, one‐page resumes, and City
required forms. Proposals shall be limited to twenty‐ five (25) pages or less, excluding one‐
page team resumes, references, and forms required by the City for completion. All proposals
shall be uploaded in a PDF format to the City’s electronic platform prior to the stated
deadline.
d. Proposals will be reviewed following the stated deadline, as shown on the cover sheet of this document.
Only the names of Proposer’s will be available after the deadline until a contract has been awarded by
the Fayetteville City Council. All interested parties understand proposal documents will not be available
until after a valid contract has been executed and at that time only for the intended selection.
e. Proposers shall submit a statement of qualification based on documentation published by the
Fayetteville Purchasing Division.
f. Proposals shall be uploaded as a single PDF document to the City of Fayetteville’s online electronic
bidding platform
g. Proposals must follow the format of the RFQ. Proposers should structure their responses to follow the
sequence of the RFQ, if provided.
Ap
p
e
n
d
i
x
B
RF
Q
2
5
-
0
8
,
C
M
A
R
-
Aq
u
a
t
i
c
F
a
c
i
l
i
t
y
Cit
y
I
s
s
u
e
d
R
F
Q
City of Fayetteville, AR
RFQ 25‐08, CMAR for Aquatic Facility
Page 5 of 23
h. Proposers shall have experience in work of the same or similar nature and must provide references that
will satisfy the City of Fayetteville. Proposer may furnish a reference list of clients for whom they have
performed similar services and must provide information as requested in this document.
i. Proposer is advised that exceptions to any of the terms contained in this RFQ or the attached service
agreement must be identified in its response to the RFQ. Failure to do so may lead the City to declare
any such term non‐negotiable. Proposer’s desire to take exception to a non‐negotiable term will not
disqualify it from consideration for award.
j. Local time shall be defined as the time in Fayetteville, Arkansas on the due date of the deadline, per the
online bidding platform being utilized by the City of Fayetteville Purchasing Division. Documents shall be
received before the deadline.
2. WRITTEN REQUESTS FOR INTERPRETATIONS OR CLARIFICATION:
No oral interpretations will be made to any firms as to the meaning of specifications or any other contract
documents. All questions pertaining to the terms and conditions or scope of work of this proposal must be
sent in writing via e‐mail to the Purchasing Department. Responses to questions may be handled as an
addendum if the response would provide clarification to the requirements of the proposal. All such
addenda shall become part of the contract documents. The City will not be responsible for any other
explanation or interpretation of the proposed RFQ made or given prior to the award of the contract.
3. RIGHTS OF CITY OF FAYETTEVILLE IN THIS PROCESS:
In addition to all other rights of the City of Fayetteville, under state law, the City specifically reserves the
following:
a. The City of Fayetteville reserves the right to rank firms and negotiate with the highest‐ranking firm.
Negotiation with an individual Proposer does not require negotiation with others.
b. The City of Fayetteville reserves the right to select the proposal that it believes will serve the best
interest of the City.
c. The City of Fayetteville reserves the right to accept or reject any or all proposals.
d. The City of Fayetteville reserves the right to cancel the entire request.
e. The City of Fayetteville reserves the right to remedy or waive technical or immaterial errors in the
request for statements of qualification or resulting submittal.
f. The City of Fayetteville reserves the right to request any necessary clarifications, additional information,
or proposal data without changing the terms of the proposal.
g. The City of Fayetteville reserves the right to make selection of the Proposer to perform the services
required on the basis of the original proposals without negotiation.
4. EVALUATION CRITERIA:
The evaluation criteria define the factors that will be used by the selection committee to evaluate and score
responsive, responsible and qualified proposals. Proposers shall include sufficient information to allow the
Ap
p
e
n
d
i
x
B
RF
Q
2
5
-
0
8
,
C
M
A
R
-
Aq
u
a
t
i
c
F
a
c
i
l
i
t
y
Cit
y
I
s
s
u
e
d
R
F
Q
City of Fayetteville, AR
RFQ 25‐08, CMAR for Aquatic Facility
Page 6 of 23
selection committee to thoroughly evaluate and score proposals. Each proposal submitted shall be
evaluated and ranked by a selection committee. The contract will be awarded to the most qualified
Proposer, per the evaluation criteria listed in this RFQ. Proposers are not guaranteed to be ranked.
5. COSTS INCURRED BY PROPOSERS:
All expenses involved with the preparation and submission of proposals to the City, or any work performed
in connection therewith, shall be borne solely by the Proposer(s). No payment will be made for any
responses received, or for any other effort required of, or made by, the Proposer(s) prior to contract
commencement.
6. ORAL PRESENTATION:
An oral presentation and/or interview may be requested of any firm, at the selection committee’s
discretion.
7. CONFLICT OF INTEREST:
a. The Proposer represents that it presently has no interest and shall acquire no interest, either direct or
indirect, which would conflict in any manner with the performance or services required hereunder, as
provided in City of Fayetteville Code Section 34.26 titled “Limited Authority of City Employee to Provide
Services to the City”.
b. The Proposer shall promptly notify Amanda Beilfuss, City Procurement Director, in writing, of all
potential conflicts of interest for any prospective business association, interest, or other circumstance
which may influence or appear to influence the Proposer’s judgment or quality of services being
provided. Such written notification shall identify the prospective business association, interest or
circumstance, the nature of which the Proposer may undertake and request an opinion to the City as to
whether the association, interest or circumstance would, in the opinion of the City, constitute a conflict
of interest if entered into by the Proposer. The City agrees to communicate with the Proposer its
opinion via e‐mail or first‐class mail within thirty days of receipt of notification.
8. WITHDRAWAL OF PROPOSAL:
A proposal may be withdrawn at any time.
9. LATE PROPOSAL OR MODIFICATIONS:
Proposal and modifications received after the time set for the proposal submittal shall not be considered.
Modifications in writing received prior to the deadline will be accepted. The City will not be responsible for
misdirected bids. Proposers should refer to their submission status in the online electronic bidding platform
to ensure submission confirmation.
10. CONSTITUTIONAL, STATE, AND FEDERAL COMPLIANCE REQUIREMENTS:
a. The laws of the State of Arkansas apply to any purchase made under this request for statements of
qualification. Proposers shall comply with all constitutional, state, and federal directives, orders and
laws as applicable to this proposal and subsequent contract(s) including but not limited to Equal
Employment Opportunity (EEO), Disadvantaged Business Enterprises (DBE), & OSHA as applicable to this
contract.
b. Pursuant to Arkansas Code Annotated §22‐9‐203 The City of Fayetteville encourages all qualified small,
minority and women business enterprises to bid on and receive contracts for goods, services, and
Ap
p
e
n
d
i
x
B
RF
Q
2
5
-
0
8
,
C
M
A
R
-
Aq
u
a
t
i
c
F
a
c
i
l
i
t
y
Cit
y
I
s
s
u
e
d
R
F
Q
City of Fayetteville, AR
RFQ 25‐08, CMAR for Aquatic Facility
Page 7 of 23
construction. Also, City of Fayetteville encourages all general contractors to subcontract portions of
their contract to qualified small, minority and women business enterprises.
11. COLLUSION:
The Proposer, by affixing his or her signature to this proposal, agrees to the following: “Proposer certifies
that his proposal is made without previous understanding, agreement, or connection with any person, firm
or corporation making a proposal for the same item(s) and/or services and is in all respects fair, without
outside control, collusion, fraud, or otherwise illegal action.”
12. RIGHT TO AUDIT, FOIA, AND JURISDICITON:
a. The City of Fayetteville reserves the privilege of auditing a vendor’s records as such records relate to
purchases between the City and said vendor.
b. Freedom of Information Act: 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.
c. Legal jurisdiction to resolve any disputes shall be Arkansas with Arkansas law applying to the case.
13. CITY INDEMNIFICATION:
The successful Proposer(s) agrees to indemnify the City and hold it harmless from and against all claims,
liability, loss, damage or expense, including but not limited to counsel fees, arising from or by reason of any
actual or claimed trademark, patent or copyright infringement or litigation based thereon, with respect to
the services or any part thereof covered by this order, and such obligation shall survive acceptance of the
services and payment thereof by the City.
14. VARIANCE FROM STANDARD TERMS & CONDITIONS:
All standard terms and conditions stated in this request for statements of qualification apply to this contract
except as specifically stated in the subsequent sections of this document, which take precedence, and
should be fully understood by Proposers prior to submitting a proposal on this requirement.
15. ADA REQUIREMENT FOR PUBLIC NOTICES & TRANSLATION:
Persons with disabilities requiring reasonable accommodation to participate in this proceeding/event,
should call 479.521.1316 (telecommunications device for the deaf), not later than seven days prior to the
deadline. Persons needing translation of this document shall contact the City of Fayetteville, Purchasing
Division, immediately.
16. PAYMENTS AND INVOICING:
The Proposer must specify in their proposal the exact company name and address which must be the same
as invoices submitted for payment as a result of award of this RFQ. Further, the successful Proposer is
responsible for immediately notifying the Purchasing Division of any company name change, which would
cause invoicing to change from the name used at the time of the original RFQ. Payment will be made within
thirty days of invoice received. The City of Fayetteville is very credit worthy and will not pay any interest or
penalty for untimely payments. Payments can be processed through Proposer’s acceptance of Visa at no
Ap
p
e
n
d
i
x
B
RF
Q
2
5
-
0
8
,
C
M
A
R
-
Aq
u
a
t
i
c
F
a
c
i
l
i
t
y
Cit
y
I
s
s
u
e
d
R
F
Q
City of Fayetteville, AR
RFQ 25‐08, CMAR for Aquatic Facility
Page 8 of 23
additional costs to the City for expedited payment processing. The City will not agree to allow any increase
in hourly rates by the contract without PRIOR Fayetteville City Council approval.
17. CANCELLATION:
a. The City reserves the right to cancel this contract without cause by giving thirty (30) days prior notice to
the Contractor in writing of the intention to cancel or with cause if at any time the Contractor fails to
fulfill or abide by any of the terms or conditions specified.
b. Failure of the Contractor to comply with any of the provisions of the contract shall be considered a
material breach of contract and shall be cause for immediate termination of the contract at the
discretion of the City of Fayetteville.
c. In addition to all other legal remedies available to the City of Fayetteville, the City reserves the right to
cancel and obtain from another source, any items and/or services which have not been delivered within
the period of time from the date of order as determined by the City of Fayetteville.
d. In the event sufficient budgeted funds are not available for a new fiscal period, the City shall notify the
vendor of such occurrence and contract shall terminate of the last day of the current fiscal period
without penalty or expense to the City.
18. ASSIGNMENT, SUBCONTRACTING, CORPORATE ACQUISITIONS AND/OR MERGERS:
a. The CMAR shall perform this contract. No assignment of subcontracting shall be allowed without prior
written consent of the City. If a Proposer intends to subcontract a portion of this work, the Proposer
shall disclose such intent in the proposal submitted as a result of this RFP.
b. In the event of a corporate acquisition and/or merger, the CMAR shall provide written notice to the City
within thirty (30) calendar days of Contractor’s notice of such action or upon the occurrence of said
action, whichever occurs first. The right to terminate this contract, which shall not be unreasonably
exercised by the City, shall include, but not be limited to, instances in which a corporate acquisition
and/or merger represent a conflict of interest or are contrary to any local, state, or federal laws. Action
by the City awarding a proposal to a firm that has disclosed its intent to assign or subcontract in its
response to the RFQ, without exception shall constitute approval for purpose of this Agreement.
19. NON‐EXCLUSIVE CONTRACT:
Award of this RFQ shall impose no obligation on the City to utilize the vendor for all work of this type, which
may develop during the contract period. This is not an exclusive contract. The City specifically reserves the
right to concurrently contract with other companies for similar work if it deems such an action to be in the
City’s best interest. In the case of multiple‐phase contracts, this provision shall apply separately to each
item.
20. ADDITIONAL REQUIREMENTS:
The City reserves the right to request additional services relating to this RFQ from the Proposer. When
approved by the City as an amendment to the contract and authorized in writing prior to work, the
Contractor shall provide such additional requirements as may become necessary.
Ap
p
e
n
d
i
x
B
RF
Q
2
5
-
0
8
,
C
M
A
R
-
Aq
u
a
t
i
c
F
a
c
i
l
i
t
y
Cit
y
I
s
s
u
e
d
R
F
Q
City of Fayetteville, AR
RFQ 25‐08, CMAR for Aquatic Facility
Page 9 of 23
21. SERVICES AGREEMENT:
A written agreement incorporating the RFQ and the successful proposal will be prepared by the City, signed
by the successful Proposer, and presented to the Fayetteville City Council for approval and signature of the
Mayor.
22. INTEGRITY OF STATEMENT OF QUALIFICATION (RFQ) DOCUMENTS:
Proposers shall use the original RFQ form(s) provided by the Purchasing Division and enter information only
in the spaces where a response is requested. Proposers may use an attachment as an addendum to the
RFQ form(s) if sufficient space is not available on the original form for the Proposer to enter a complete
response. Any modifications or alterations to the original RFQ documents by the Proposer, whether
intentional or otherwise, will constitute grounds for rejection of such RFQ response. Any such modifications
or alterations a Proposer wishes to propose shall be clearly stated in the Proposer’s RFQ response and
presented in the form of an addendum to the original RFQ documents.
23. LOBBYING:
Lobbying or communicating with selection committee members, City of Fayetteville employees, or elected
officials regarding request for proposals, request for qualifications, bids or contracts, during the pendency
of bid protest, by the bidder/proposer/protestor or any member of the bidder’s/proposer’s/protestor’s
staff, and agent of the bidder/proposer/protestor, or any person employed by any legal entity affiliated with
or representing an organization that is responding to the request for proposal, request for qualification, bid
or contract, or has a pending bid protest is strictly prohibited either upon advertisement or on a date
established by the City of Fayetteville and shall be prohibited until either an award is final or the protest is
finally resolved by the City of Fayetteville; provided, however, nothing herein shall prohibit a
prospective/bidder/proposer from contacting the Purchasing Division to address situations such as
clarification and/or questions related to the procurement process. For purposes of this provision lobbying
activities or communication shall include but not be limited to, influencing or attempting to influence action
or non‐action in connection with any request for proposal, request for qualification, bid or contract through
direct or indirect oral or written communication or an attempt to obtain goodwill of persons and/or entities
specified in this provision. Such actions may cause any request for proposal, request for qualification, bid or
contract to be rejected.
24. OTHER GENERAL CONDITIONS:
a. Proposers shall provide documentation that their firm currently has a valid Arkansas Contractor’s
License. Valid registration with the Arkansas Secretary of State is required at time of contract award.
b. Proposers shall provide the City with proposals signed by an employee having legal authority to submit
proposals on behalf of the Proposer. The entire cost of preparing and providing responses shall be
borne by the Proposer.
c. The City reserves the right to request any additional information it deems necessary from any or all
Proposers after the submission deadline.
d. The request for statement of qualification is not to be construed as an offer, a contract, or a
commitment of any kind; nor does it commit the city to pay for any costs incurred by Proposer in
preparation. It shall be clearly understood that any costs incurred by the Proposer in responding to this
request for statements of qualification is at the Proposer's own risk and expense as a cost of doing
Ap
p
e
n
d
i
x
B
RF
Q
2
5
-
0
8
,
C
M
A
R
-
Aq
u
a
t
i
c
F
a
c
i
l
i
t
y
Cit
y
I
s
s
u
e
d
R
F
Q
City of Fayetteville, AR
RFQ 25‐08, CMAR for Aquatic Facility
Page 10 of 23
business. The City of Fayetteville shall not be liable for reimbursement to the Proposer for any expense
so incurred, regardless of whether or not the proposal is accepted.
e. If products, components, or services other than those described in this bid document are proposed, the
Proposer must include complete descriptive literature for each. All requests for additional information
must be received within five working days following the request.
f. Any uncertainties shall be brought to the attention to Amanda Beilfuss immediately via e‐mail at
(abeilfuss@fayetteville‐ar.gov). It is the intent and goal of the City of Fayetteville Purchasing Division to
provide documents providing a clear and accurate understanding of the scope of work to be completed
and/or goods to be provided. We encourage all interested parties to ask questions to enable all
Proposers to be on equal terms.
g. No oral interpretation or clarifications will be given as to the meaning of any part of this request for
statements of qualification. All questions, clarifications, and requests, together with answers, if any, will
be provided to all firms via written addendum. Names of firms submitting any questions, clarifications,
or requests will not be disclosed until after a contract is in place.
h. At the discretion of the City, one or more firms may be asked for more detailed information before final
ranking of the firms, which may also include oral interviews.
i. Any information provided herein is intended to assist the Proposer in the preparation of proposals
necessary to properly respond to this RFQ. The RFQ is designed to provide qualified Proposers with
sufficient basic information to submit proposals meeting minimum specifications and/or test
requirements but is not intended to limit a RFQ’s content or to exclude any relevant or essential data.
j. Proposers irrevocably consent that any legal action or proceeding against it under, arising out of or in any
manner relating to this Contract shall be controlled by Arkansas law. Proposer hereby expressly and
irrevocably waives any claim or defense in any said action or proceeding based on any alleged lack of
jurisdiction or improper venue or any similar basis.
k. The successful Proposer shall not assign the whole or any part of this Contract or any monies due or to
become due hereunder without written consent of City of Fayetteville. In case the successful Proposer
assigns all or any part of any monies due or to become due under this Contract, the Instrument of
assignment shall contain a clause substantially to the effect that is agreed that the right of the assignee in
and to any monies due or to become due to the successful Proposer shall be subject to prior liens of all
persons, firms, and corporations for services rendered or materials supplied for the performance of the
services called for in this contract.
l. The successful Proposer's attention is directed to the fact that all applicable Federal and State laws,
municipal ordinances, and the rules and regulations of all authorities having jurisdiction over the services
shall apply to the contract throughout, and they will be deemed to be included in the contract as though
written out in full herein. The successful Proposer shall keep himself/herself fully informed of all laws,
ordinances and regulations of the Federal, State, and municipal governments or authorities in any manner
affecting those engaged or employed in providing these services or in any way affecting the conduct of the
services and of all orders and decrees of bodies or tribunals having any jurisdiction or authority over same.
If any discrepancy or inconsistency should be discovered in these Contract Documents or in the
Ap
p
e
n
d
i
x
B
RF
Q
2
5
-
0
8
,
C
M
A
R
-
Aq
u
a
t
i
c
F
a
c
i
l
i
t
y
Cit
y
I
s
s
u
e
d
R
F
Q
City of Fayetteville, AR
RFQ 25‐08, CMAR for Aquatic Facility
Page 11 of 23
specifications herein referred to, in relation to any such law, ordinance, regulation, order or decree, s/he
shall herewith report the same in writing to City of Fayetteville.
25. INSURANCE:
a. Any project selected under this RFQ shall require professional liability insurance in the amount of $10
million US dollars, at minimum. Such Certificate of Insurance shall list the City as an additional insured
and not be required unless firm is awarded a contract. Certificate of insurance shall be provided within
10 (ten) calendar days after contract award. The City reserves the right to provide builder’s risk
insurance in the event it results in a cost savings to the overall project.
i. Professional/Comprehensive General Liability Insurance: Minimum $10 million
ii. Builder’s Risk
iii. Worker’s Compensation: Statutory amount
iv. General Automotive Insurance as required by state law
26. SELECTION CRITERIA:
The evaluation criterion below defines the factors which will be used by the selection committee to
evaluate and score responsive, responsible and qualified proposals. The evaluation factors are as follows:
1. 30 Points – Specialized experience and technical competence of the firm with respect to the type
of professional services required
2. 25 Points – Capacity and capability of the firm to perform the work in question including
specialized services, within the time limitations fixed for the completion of the project
3. 25 Points – Past record of performance of the firm with respect to such factors as control of costs,
quality of work, and ability to meet schedules and deadlines
4. 20 Points – Firm’s proximity to and familiarity with the area in which the project is located
****NOTE: Fees shall NOT be included with any statement of qualification. Price shall not be a considered a
factor used to select a vendor. Price and fees will not be considered until the negotiating process and will be
a factor in the award of any proposed contract. In the event the City is not able to negotiate a successful
contract with the selected vendor, the City reserves the right to cease negotiations with such selected
vendor and proceed on to the next selected vendor.
CONTINUES ON NEXT PAGE
Ap
p
e
n
d
i
x
B
RF
Q
2
5
-
0
8
,
C
M
A
R
-
Aq
u
a
t
i
c
F
a
c
i
l
i
t
y
Cit
y
I
s
s
u
e
d
R
F
Q
City of Fayetteville, AR
RFQ 25‐08, CMAR for Aquatic Facility
Page 12 of 23
City of Fayetteville
RFQ 25‐08, CMAR for Aquatic Facility
SECTION B: PROJECT SUMMARY AND SCOPE OF WORK
1. PROJECT SUMMARY
a. The City of Fayetteville is accepting statements of qualifications from licensed professionals to provide
construction management at risk (CMAR) services for the construction of a new Aquatic Center.
b. The facility may include both indoor and outdoor components. Indoor components may include a leisure
pool with play elements and warm up lap lanes, and indoor competition pool with associated spectating
areas and indoor rentable party rooms. Outdoor components may include outdoor leisure pools with
play elements, a lazy river, a wave simulator, shade structures, rentable areas, and a splash pad. Other
potential features may include wellness or therapy pools, community spaces, or other recreational
amenities. A feasibility study Provided by the Consulting Firm Water technology Inc. is currently being
performed and anticipated completion of the study is summer 2025. This project scope is subject to
final design and identified budget. The site location is to be determined.
c. The City of Fayetteville is in the process of selecting an architectural firm to serve as lead design
professional for this project.
d. Phasing and Award: One (1) contract will be awarded with multiple phases:
i. Phase 1 will include pre‐construction services as outlined below.
ii. Phase 2 will include Change Order #1 for the Guaranteed Maximum Price for the project.
e. Project Funding: The total project funding is anticipated to be encompassed by a future voter approved
bond issue.
2. PROJECT INFORMATION & REQUIREMENTS
a. Request for Qualifications (RFQ) responses shall be submitted from one single primary construction
manager firm with each additional contracted third party as a subcontractor to the primary. The
primary firm in addition to any contracted third party shall be disclosed with the RFQ response and be
considered the project team for the overall construction scope of the project. This requirement to
provide sub‐consultant professionals does not include subcontractor trades for the actual construction
items (Electrical, Masonry etc.) as those items will be bid after contract award.
b. Responses shall NOT include price, hourly rates, or any pricing structure. Pricing shall be negotiated
with the top ranked selected firm only and is not considered part of this selection. The City intends to
negotiate each phase as a not to exceed fee with the selected firm.
c. It is the intent of this solicitation to enter into a mutually beneficial agreement indicated by the draft
provided with this RFQ.
d. The Primary responding firm shall be experienced in constructing similar project types and shall submit
at least three (3) project references.
Ap
p
e
n
d
i
x
B
RF
Q
2
5
-
0
8
,
C
M
A
R
-
Aq
u
a
t
i
c
F
a
c
i
l
i
t
y
Cit
y
I
s
s
u
e
d
R
F
Q
City of Fayetteville, AR
RFQ 25‐08, CMAR for Aquatic Facility
Page 13 of 23
3. SCOPE OF WORK
a. Overview: Anticipated phases are identified below with associated scope of work. Scope of work is not
limited to any additional industry standard scope of work necessary to complete each phase.
Coordination with the selected Architectural Firm is mandatory for all phases. Selected CMAR shall
coordinate with the architectural team in order to achieve best value for the overall success of the
project, including working to achieve maximum cost savings.
b. PHASE 1: Pre‐Construction Services
i. Schematic Design Phase Coordination
1. Provide industry standard construction manager services, including but not limited to
development of costs, identifying potential design changes which could result in cost
savings or energy efficiency, interact with the design team for review of documents, etc.
2. Coordinate with Architect to prepare and submit three (3) sets of Schematic Design
documents, Preliminary Specifications, schematic cost estimate, and schedule to the City
staff and architect for review and approval (15% plan review).
a. After receiving schematic design comments, meet with applicable divisions to
resolve comments in preparation for review by Planning Commission.
b. Assist architectural team in responding in writing to all City staff comments on
plans.
c. Assist architectural team in coordinating with private utilities and service
providers.
ii. Design Development Phase Coordination
1. Assist Architect to define and develop all trade bid packages. Those packages shall be
reviewed and approved by the City of Fayetteville representatives prior to being released
for the bidding process.
2. Coordinate with Architect to prepare and submit three (3) sets of Design Development
documents including detailed specifications, detailed cost estimate and schedule to the
City staff for review and approval. (50% plan review). Components to include:
a. Site plans, paving layouts, traffic circulation, lighting, signage, and utilities
b. Floor plans, structural, civil, architectural, Storm Water Pollution Prevention
Plan (SWPPP), MEP, data, security, access control, fire protection, and
landscaping
c. Exterior elevations, rendering, and color palette
d. Building sections and details
e. Interior elevations, casework, and millwork elevations
f. Drainage study and calculations, as required by the City
g. Aquatic features and equipment
Ap
p
e
n
d
i
x
B
RF
Q
2
5
-
0
8
,
C
M
A
R
-
Aq
u
a
t
i
c
F
a
c
i
l
i
t
y
Cit
y
I
s
s
u
e
d
R
F
Q
City of Fayetteville, AR
RFQ 25‐08, CMAR for Aquatic Facility
Page 14 of 23
h. Report addressing all City’s design criteria and Code requirements
3. Assist Architect in responding, in writing, to all City comments on plans.
4. Assist Architect in coordination of final utility plans.
5. Facilitate with architectural team and City cost‐benefit analyses to determine most cost‐
effective construction after evaluation of life‐cycle cost impact.
iii. Construction Documents Phase
1. Assist Architect in completing Construction Documents/Plans and Specifications.
Architectural team will submit three (3) sets to City staff, and electronic versions as
necessary, for Code and general review and approval as well as Construction Manager
and City for cost analyses (90% plan review).
2. Attend follow up meetings with City Development Services and Fire Marshall.
3. Complete final coordination with private utilities and service providers.
4. Assist Architect to prepare and submit three (3) complete sets of Construction
Documents, and electronic versions as necessary, including 90% written responses,
Specifications and Architect’s Cost Estimate and schedule to City of Fayetteville
Development Services for review and approval (100% plan review).
5. Assist Architect in correcting plans to reflect issues noted by Review for Permit, inclusive
of any necessary re‐design prompted from the permit process.
6. Construction documents/plans, specifications, and project drawings shall be routed
through the City of Fayetteville Development Services, Planning, Engineering, Building
Safety, Fire Marshall, Urban Forestry, and Planning Commission for required approvals.
iv. Bid Phase
1. Coordinate with City Purchasing Division to ensure all procedures followed for this phase
meet state laws and City of Fayetteville Purchasing Policies.
2. Provide services for reproduction and dissemination of bid sets (project manual and
stamped drawings) to the City Design Team [PM (1), Purchasing (1), and interested
bidders]. Documents should be made available to any interested party electronically at
no cost.
3. Provide distribution of plans to all interested parties.
a. Maintain open communication with the City of Fayetteville Purchasing
Division throughout the bidding process.
b. Distribution of all documents shall be done in a fair and unbiased manner
while keeping all interested parties on equal terms.
Ap
p
e
n
d
i
x
B
RF
Q
2
5
-
0
8
,
C
M
A
R
-
Aq
u
a
t
i
c
F
a
c
i
l
i
t
y
Cit
y
I
s
s
u
e
d
R
F
Q
City of Fayetteville, AR
RFQ 25‐08, CMAR for Aquatic Facility
Page 15 of 23
c. Document and keep an updated accurate record of plan holders and provide
updated listings to all interested parties in a timely manner.
d. Answers to questions and inquiries shall be made in the form of an addendum
and shall be provided to all interested parties at the same time.
4. Coordinate with City Purchasing Division during pre‐bid meeting(s) and facilitate and
attend the Bid Opening.
5. Maintain open communication with the City Purchasing Division during any process
involving Request for Information (RFI).
6. Any addenda shall be provided to the Purchasing Division for review and approval in
advance of issuance. Bidders, interested parties, and plan holders shall receive all
information included in addenda at the time addenda is issued.
7. In the event the CMAR desires to self‐perform a portion of the work or a trade package,
the CMAR shall submit a bid package in the same time and manner as other interested
parties.
8. Assist with the design of all Bid Proposals.
9. Review Architect’s Recommendation of Award Letter that includes the following required
content (and assist with):
a. Check for math errors and reconcile any mathematical discrepancies,
b. Review for unbalance bid items,
c. Coordinate with the City Purchasing Division in finalizing a Certified Bid
Tabulation including Engineer’s estimate,
d. Review of contractor’s financial standing and references provided,
e. Explanation of discrepancies between the Engineer’s estimate and bids, and
f. Meet with the City to provide a formal written recommendation of award.
10. Attend City Council meeting(s) for the recommendation for award of Contract(s) for
construction.
c. Phase 2 Guaranteed Maximum Price and Construction Administration Phase
i. Construction Administration Phase
1. Put forth diligent and fiscally responsible efforts to ensure the project will be
completed on time and within budget.
2. Conduct regular Owner, Architect, and CM meetings as jointly determined by CMAR,
City, and Architect.
Ap
p
e
n
d
i
x
B
RF
Q
2
5
-
0
8
,
C
M
A
R
-
Aq
u
a
t
i
c
F
a
c
i
l
i
t
y
Cit
y
I
s
s
u
e
d
R
F
Q
City of Fayetteville, AR
RFQ 25‐08, CMAR for Aquatic Facility
Page 16 of 23
3. Coordinate with City and Architect on all Request for Change Proposals, Change Orders,
etc. including maintaining a log of all such documents.
4. The City of Fayetteville intends to provide regular project management services.
Architect will provide field services, progress meetings, progress payment review, and
assistance on a bi‐monthly basis.
5. Review site visit report from Architect at least one (1) time per month.
6. Coordinate with Architect to conduct Substantial Completion Inspection, coordinate
with Architect to create punch list, substantiate that items noted are completed, and
issue Substantial Completion Certificate.
7. The City of Fayetteville Facilities Management Division, Parks Division or representative,
and IT Department shall be notified to attend all on‐site meetings, review and approval
all pay requests, and change order review prior to Mayor’s approval.
ii. Project Close Out
1. Provide Warranty Services during the entire Warranty Period. Architect to issue
Warranty Reports and review items after the CMAR has notified the City that these
items are complete.
2. Provide support services as needed during the project close out process.
3. Provide close out submittal to Architect for completeness before transmitting to the
City which include but are not limited to:
a. Contractor’s red lines and as‐built notes
b. Warranty information
c. Material Safety Data Sheet (MSDS)
d. Operating Manuals
e. Start‐up and testing reports
f. Building commissioner report
g. As‐built record drawings (hard copy and digital format)
h. Produce a project narrative that provides a comprehensive review of the
construction activities for the project with a project narrative submitted for
City approval at the completion of each contract phase
i. Consent of Surety
j. Release of liens
Ap
p
e
n
d
i
x
B
RF
Q
2
5
-
0
8
,
C
M
A
R
-
Aq
u
a
t
i
c
F
a
c
i
l
i
t
y
Cit
y
I
s
s
u
e
d
R
F
Q
City of Fayetteville, AR
RFQ 25‐08, CMAR for Aquatic Facility
Page 17 of 23
4. PROFESSIONAL SERVICES AND ADDITIONAL REQUIREMENTS:
a. Professional Services:
i. Any entity responding to this RFQ shall be a current licensed contractor with the State of
Arkansas Contractor’s Licensing Board with a classification that is acceptable for this RFQ’s
Scope of Work. Failure to hold a current contractor’s license shall result in submittal rejection.
All subcontractors on the project shall be properly licensed by the State of Arkansas
Contractor’s Licensing Board (for single projects over $50,000).
ii. Any industry standard cost share or savings incentive practices desired for discussion during
contract negotiations should be disclosed with RFQ response. Cost sharing practice shall be
presented in the format of a general best practices approach and contract terms and shall not
include pricing related figures. Pricing and fees are not part of the selection criteria and shall
not be include with RFQ submittal.
iii. The resulting contract of this solicitation shall be a Guaranteed Maximum Price (GMP)
construction contract; however, price itself shall not be considered until a firm has been
selected based on qualifications. Price will be negotiated with the most qualified firm, as
evaluated and voted on by the selection committee.
iv. Performance and payment bonding. After a contract has been awarded to the selected
construction manager (CM) and within ten (10) calendar days of the final construction contract
being finalized, provide 100% separate performance and payment bonds to the City of
Fayetteville after being file marked at the Washington County Circuit Clerk’s Office.
v. Construction contracts for the project shall not be entered into without 100% payment and
performance bonds in the amount of the contract and any amendments thereto and shall
provide for the manner in which the construction shall be managed and supervised. Bonds
shall be valid and exchanged between all parties. The CMAR shall hold all trade contracts and
purchase orders and shall bond and guarantee the project.
vi. After contract award, the awarded CMAR shall furnish a certificate of insurance showing that
insurance policies are carried in amounts acceptable to the City. Forms of insurance shall be,
Comprehensive General Liability, Builder’s Risk, Property Damage Insurance, Worker’s
Compensation, and Automobile coverage. Such insurance shall be kept in full force and in
effect until all work has been satisfactorily completed and accepted. All certificates of
insurance shall list the City of Fayetteville as an additional insured.
vii. Ensure all funds spent are in accordance with State of Arkansas procurement laws, including
but not limited to:
1. Ensuring CMAR maintaining a proper license with the Arkansas Contractors Licensing
Board
2. Ensuring all subcontractors on the project are properly licensed by the Arkansas
Contractors Licensing Board
Ap
p
e
n
d
i
x
B
RF
Q
2
5
-
0
8
,
C
M
A
R
-
Aq
u
a
t
i
c
F
a
c
i
l
i
t
y
Cit
y
I
s
s
u
e
d
R
F
Q
City of Fayetteville, AR
RFQ 25‐08, CMAR for Aquatic Facility
Page 18 of 23
3. Compliance with Arkansas state law including but not limited to sections:
o A.C.A. § 14‐58‐1001
o A.C.A. § 19‐11‐801
o A.C.A. § 17‐25‐101
o A.C.A. § 17‐38‐101
o A.C.A. § 17‐33‐101
o A.C.A. § 12‐13‐101
o A.C.A. § 12‐80‐101
o A.C.A. § 22‐9‐101
o A.C.A. § 22‐9‐103
o A.C.A. § 22‐9‐104
o A.C.A. § 22‐9‐213
o A.C.A. § 22‐9‐401
o A.C.A. § 22‐9‐501
o A.C.A. § 22‐9‐601
o A.C.A. § 22‐9‐701
o And all competitive bidding statutes shall remain in full force and effect and
not be affected hereby
o This project shall not authorize a design‐build project contract or sub‐
contracts
4. Project and change order pricing
5. Schedule control
6. Cost reduction and control
7. Project coordination
8. Project close out
9. Warranty
b. Submittal Requirements: The RFQ submittal should contain the following response items arranged in
order, tabbed, and with a table of contents. In order to issue a uniform review process and to obtain
the maximum degree of comparability, it is required that the submittal be organized in the manner
specified.
i. Title Page: Show the name of agency/firm, address, and telephone number, name of contact
person, date, and subject: RFQ 25‐08.
ii. Table of Contents: Include a clear identification of the material by section and by page
number.
Ap
p
e
n
d
i
x
B
RF
Q
2
5
-
0
8
,
C
M
A
R
-
Aq
u
a
t
i
c
F
a
c
i
l
i
t
y
Cit
y
I
s
s
u
e
d
R
F
Q
City of Fayetteville, AR
RFQ 25‐08, CMAR for Aquatic Facility
Page 19 of 23
iii. Letter of Interest: Name, address, brief history of firm and Submitter’s interest in the proposed
project. Briefly state the agency/firm understands the work to be done and makes a positive
commitment to perform the work. Give the name of the person(s) who will be authorized to
make representation for the Submitter, their titles, addresses and telephone numbers.
Describe the perceived strengths to carry out the project.
iv. Project Team Organization: Provide an organizational chart indicating the relationship
between the Submitter’s staff members who have responsibilities related to this project.
Indicate on the chart the names of key personnel and their titles. Submit professional
qualifications and resumes of staff to be assigned to this project, showing where they have
performed work on similar projects including Construction Management GMP projects.
v. Specialized and Past Experience: Provide information regarding past experience in relation the
services requested in this RFQ including information pertaining to customer satisfaction, timely
completion, and meeting budgets on similar projects executed under a GMP contracting
format. Actual price and fees shall NOT be included in submittal.
vi. Schedule: Submitter shall provide a general schedule for the completion of the scope of the
specified project.
vii. Additional Background: All Submitters are invited to include a maximum of two pages of
information not included above which may be useful and applicable to this project.
c. Items to Specifically Include with Response: Responses shall include the following in addition to other
requirements specified.
i. Prior experience constructing similar aquatic project types.
ii. Statement regarding understanding of pre‐construction services and approach to billing for
pre‐construction services. Included as part of this statement should include a clear definition of
understanding for what a Guaranteed Maximum Price (GMP) means.
iii. Records of management teams on similar projects with timely completion, and high‐quality
workmanship.
iv. Records of previous similar projects with owner verification and contact information. Please
provide contact information including reference contacts of the owner and architect on at
least three (3) projects.
v. Current and projected workload
vi. Current maximum bonding capacity and rate
vii. Proof of licensure from the State of Arkansas Contractor’s Licensing Board
Ap
p
e
n
d
i
x
B
RF
Q
2
5
-
0
8
,
C
M
A
R
-
Aq
u
a
t
i
c
F
a
c
i
l
i
t
y
Cit
y
I
s
s
u
e
d
R
F
Q
City of Fayetteville, AR
RFQ 25‐08, CMAR for Aquatic Facility
Page 20 of 23
City of Fayetteville
RFQ 25‐08, CMAR for Aquatic Facility
SECTION C: Signature Submittal
1. DISCLOSURE INFORMATION
a. Proposer shall disclose any possible conflict of interest or disclose any financial interest with the City of
Fayetteville, including, but not limited to, City of Fayetteville employees. Proposer response shall
disclose if a known relationship exists between any principal or employee of submitting firm or its team
members or sub‐consultants, and any City of Fayetteville employee, or elected City of Fayetteville
Official.
i. If, to your knowledge, no relationship exists, this should also be stated in your response.
Failure to disclose such a relationship may result in cancellation of a purchase and/or contract
as a result of your response. This form must be completed and returned in order for your
bid/proposal to be eligible for consideration.
PLEASE CHECK ONE OF THE FOLLOWING TWO OPTIONS, AS IT APPROPRIATELY APPLIES TO YOUR FIRM:
___________1) NO KNOWN RELATIONSHIP EXISTS
___________2) RELATIONSHIP EXISTS (Please explain): __________________________________
_______________________________________________________________________________
_______________________________________________________________________________
b. I certify that; as an officer of this organization, or per the attached letter of authorization, I am duly
authorized to certify the information provided herein is accurate and true; and my organization shall
comply with all State and Federal Equal Opportunity and Non‐Discrimination requirements and
conditions of employment.
c. Proposer agrees that they shall have a current, valid registration with the Arkansas Secretary of State at
time of RFP deadline OR be able to provide proof of registration before recommendation of award to
Fayetteville City Council.
d. 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.
e. 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.
Ap
p
e
n
d
i
x
B
RF
Q
2
5
-
0
8
,
C
M
A
R
-
Aq
u
a
t
i
c
F
a
c
i
l
i
t
y
Cit
y
I
s
s
u
e
d
R
F
Q
City of Fayetteville, AR
RFQ 25‐08, CMAR for Aquatic Facility
Page 21 of 23
2. PRIMARY CONTACT INFORMATION
At the discretion of the City, one or more firms may be asked for more detailed information before final
ranking of the firms, which may also include oral interviews. NOTE: Each Proposer shall submit to the City a
primary contact name, e‐mail address, and phone number (preferably a cell phone number) where the City
selection committee can call for clarification or interview via telephone.
Corporate Name of Firm: __________________________________________________________________
Primary Contact: ___________________________ Title of Primary Contact: _________________________
Phone#1 (cell preferred): ____________________________Phone#2: ______________________________
E‐Mail Address: __________________________________________________________________________
3. ACKNOWLEDGEMENT OF ADDENDA
Acknowledge receipt of addenda for this invitation to bid, request for proposal, or request for qualification
by signing and dating below. All addendums are hereby made a part of the bid or RFQ documents to the
same extent as though it were originally included therein. Proposers/Bidders should indicate their receipt of
same in the appropriate blank listed herein. Failure to do so may subject vendor to disqualification.
4. DEBARMENT CERTIFICATION
a. As an interested party on this project, you are required to provide debarment/suspension certification
indicating compliance with the below Federal Executive Order. Certification can be done by completing
and signing this form.
b. Federal Executive Order (E.O.) 12549 “Debarment and Suspension“ requires that all contractors
receiving individual awards, using federal funds, and all sub‐recipients certify that the organization and
its principals are not debarred, suspended, proposed for debarment, declared ineligible, or voluntarily
excluded by any Federal department or agency from doing business with the Federal Government.
c. Signature certifies that neither you nor your principal is presently debarred, suspended, proposed for
debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any
federal department or agency.
ADDENDUM NO. SIGNATURE AND PRINTED NAME DATE ACKNOWLEDGED
Ap
p
e
n
d
i
x
B
RF
Q
2
5
-
0
8
,
C
M
A
R
-
Aq
u
a
t
i
c
F
a
c
i
l
i
t
y
Cit
y
I
s
s
u
e
d
R
F
Q
City of Fayetteville, AR
RFQ 25‐08, CMAR for Aquatic Facility
Page 22 of 23
5. SUB CONSULTANTS AND TEAM INFORMATION:
Proposer hereby certifies that proposals from the following consultants were used in the preparation of this
statement of qualification. Proposer shall attach additional pages if necessary. This section only applies if
CMAR is proposing a sub consultant for estimating, scheduling, accounting/payroll and non‐construction
trade services.
Type of Work: ___________________________________________________________________________
Subcontractor's Name: ____________________________________________________________________
Arkansas License No: _____________________________________________________________________
Address: _______________________________________________________________________________
Date Firm Established: ____________________________________________________________________
Percentage of Work: ______________________________________________________________________
Type of Work: ___________________________________________________________________________
Subcontractor's Name: ____________________________________________________________________
Arkansas License No: _____________________________________________________________________
Address: _______________________________________________________________________________
Date Firm Established: ____________________________________________________________________
Percentage of Work: ______________________________________________________________________
Type of Work: ___________________________________________________________________________
Subcontractor's Name: ____________________________________________________________________
Arkansas License No: _____________________________________________________________________
Address: _______________________________________________________________________________
Date Firm Established: ____________________________________________________________________
Percentage of Work: ______________________________________________________________________
Ap
p
e
n
d
i
x
B
RF
Q
2
5
-
0
8
,
C
M
A
R
-
Aq
u
a
t
i
c
F
a
c
i
l
i
t
y
Cit
y
I
s
s
u
e
d
R
F
Q
City of Fayetteville, AR
RFQ 25‐08, CMAR for Aquatic Facility
Page 23 of 23
6. SIGNATURE SUBMITTAL
NAME OF COMPANY: _____________________________________________________________________
PHYSICAL ADDRESS: ______________________________________________________________________
MAILING ADDRESS: _______________________________________________________________________
TAX ID #: __________________________ AR. SECRETARY OF STATE FILING #: ________________________
PHONE: _____________________________________ SAM UEI #: _________________________________
E‐MAIL: ________________________________________________________________________________
By submitting your response, you certify that you are authorized to represent and bind your company :
SIGNATURE: _____________________________________________________________________________
PRINTED NAME: _________________________________________________________________________
TITLE: _______________________________________ DATE: _____________________________________
END OF RFQ DOCUMENT
Ap
p
e
n
d
i
x
B
RF
Q
2
5
-
0
8
,
C
M
A
R
-
Aq
u
a
t
i
c
F
a
c
i
l
i
t
y
Cit
y
I
s
s
u
e
d
R
F
Q
RFQ 25-08 Addendum 2
CDI Contractors, LLC
Supplier Response
Event Information
Number:RFQ 25-08 Addendum 2
Title:CMAR for Aquatic Facility
Type:Request for Qualifications
Issue Date:4/27/2025
Deadline:6/5/2025 02:00 PM (CT)
Notes:The City of Fayetteville is accepting statements of qualifications from
construction management firms properly licensed to provide,
construction management services as a construction manager at risk
(CMAR) for the construction of a new Aquatic Facility. The project
includes, but is not limited to, construction of a Competition
Natatorium, Recreational/Wellness Natatorium, Aquatics
Support/Filter Building, Changing Facility and all required
infrastructure. Any questions regarding this RFP should be directed to
Amanda Beilfuss at abeilfuss@fayetteville-ar.gov.
Contact Information
Contact:Amanda Beilfuss
Address:Purchasing
Room 306
City Hall
113 West Mountain Street - Room 306
Fayetteville, AR 72701
Email:abeilfuss@fayetteville-ar.gov
Vendor: CDI Contractors, LLC RFQ 25-08 Addendum 2Page 1 of 2 pages
Ap
p
e
n
d
i
x
C
RF
Q
2
5
-
0
8
,
C
M
A
R
Aq
u
a
t
i
c
F
a
c
i
l
i
l
t
y
CD
I
'
s
R
F
Q
R
e
s
p
o
n
s
e
CDI Contractors, LLC Information
Contact:Blake Helm
Address:3000 Cantrell Rd
Little Rock, AR 72202
Phone:(501) 666-4300
Email:Blake.helm@cdicon.com
Web Address:www.cdicom.com
By submitting your response, you certify that you are authorized to represent and bind your company.
John Deramus john.deramus@cdicon.com
Signature Email
Submitted at 6/5/2025 01:53:44 PM (CT)
Requested Attachments
RFQ 25-08, Response Submittal FayettevilleAquaticFacility_Digital
Version.pdf
Please upload your RFQ proposal, including the required signature forms from the RFQ document.
Bid Attributes
1 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.
Yes, I agree
No, I don't agree
2 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
3 Addendum Acknowledgement
By selecting "I agree", you acknowledge that you have read all addendum(s) that have been issued for this
solicitation, if applicable.
I agree
Vendor: CDI Contractors, LLC RFQ 25-08 Addendum 2Page 2 of 2 pages
Ap
p
e
n
d
i
x
C
RF
Q
2
5
-
0
8
,
C
M
A
R
Aq
u
a
t
i
c
F
a
c
i
l
i
l
t
y
CD
I
'
s
R
F
Q
R
e
s
p
o
n
s
e
SUBMITTED BY:
Fayetteville Aquatic Facility
RFQ SUBMISSION FOR:
Statements of Qualifications
RFQ 25-08
4285 N. Shiloh Drive #302, Fayetteville, AR 72703 | (479) 695-1020
John Deramus | (479) 695-1020
Ap
p
e
n
d
i
x
C
RF
Q
2
5
-
0
8
,
C
M
A
R
Aq
u
a
t
i
c
F
a
c
i
l
i
l
t
y
CD
I
'
s
R
F
Q
R
e
s
p
o
n
s
e
LETTER OF INTEREST ...........................3
PROJECT TEAM ORGANIZATION ..................4
SPECIALIZED PAST EXPERIENCE .................9
SCHEDULE ....................................16
ADDITIONAL BACKGROUND .....................18
REQUIRED INFORMATION
Preconstruction Statement ....................................................22
Current Workload ...............................................................24
Bonding Capacity / Rate .......................................................25
Licensure .....................................................................26
Submittal Forms
TABLE OF CONTENTS
2
Ap
p
e
n
d
i
x
C
RF
Q
2
5
-
0
8
,
C
M
A
R
Aq
u
a
t
i
c
F
a
c
i
l
i
l
t
y
CD
I
'
s
R
F
Q
R
e
s
p
o
n
s
e
June 5, 2025
Amanda Beilfuss
Procurement Director
City of Fayetteville, AR
RE: RFP 25-08 CMAR for Aquatic Facility
Ms. Beilfuss and Project Selection Committee,
Thank you for the opportunity to submit CDI Contractors’ qualifications for construction management services for the Fayetteville
Aquatics Center. As a Fayetteville based contractor, we are genuinely excited about this project and are fully committed to delivering
the highest level of service, collaboration, and expertise.
CDI has served as construction manager for multiple municipal aquatic facility projects across Arkansas. We are currently in the
preconstruction phase for several publicly funded aquatic centers, actively working with cities to align community needs and
priorities with project budgets and long-term goals. These current engagements provide us with unique, up-to-date, and highly
relevant design and cost data that we believe would offer significant value to the City of Fayetteville as you move forward with your
project.
We understand that municipal aquatic facilities are highly specialized environments—each one a complex, interconnected system of
infrastructure, user experience, and operational priorities. CDI brings deep expertise in navigating these complexities, including:
• Delivering accurate, easy-to-understand cost information to support cities during public planning and approval processes.
• Understanding the diversity and integration of aquatic systems—how indoor and outdoor features interact to affect operations,
energy use, and user satisfaction.
• Offering a nimble, experienced project delivery team with a track record of creative, cost-effective solutions that reflect the
needs of both city officials and community stakeholders.
CDI is ready to bring our specialized experience and commitment to client satisfaction to the City of Fayetteville. We appreciate your
consideration and look forward to the opportunity to support the successful delivery of your aquatics center.
Sincerely,
John Deramus
Vice President
john.deramus@cdicon.com
4285 N. Shiloh Drive #302 | Fayetteville, AR 72703
john.deramus@cdicon.com | O (479) 695-1020
3
Ap
p
e
n
d
i
x
C
RF
Q
2
5
-
0
8
,
C
M
A
R
Aq
u
a
t
i
c
F
a
c
i
l
i
l
t
y
CD
I
'
s
R
F
Q
R
e
s
p
o
n
s
e
ORGANIZATION STRUCTURE
ASSISTANT PROJECT MANAGERS
JONATHAN SEMANS
Executive Vice President / COO
ASSISTANT SUPERINTENDENTSESTIMATORS
BIM/VDC STAFF
MARK BEACH
President / CEO
JOHN DERAMUS
Vice President
KORY FORTUNE
Safety Director
DANIEL BOWEN
Precon Director
JAMES GARDNER
Senior Project Manager
JESSICA HOLLINSWORTH
Senior Superintendent
4
Ap
p
e
n
d
i
x
C
RF
Q
2
5
-
0
8
,
C
M
A
R
Aq
u
a
t
i
c
F
a
c
i
l
i
l
t
y
CD
I
'
s
R
F
Q
R
e
s
p
o
n
s
e
JOHN DERAMUS LEED GA
Project Executive / Vice President
BACKGROUND
As Project Executive, John provides unparalleled leadership, drawing
upon his extensive experience and technical proficiency to guide teams
towards excellence. He holds overall responsibility for the performance of
the project team, ensuring that client expectations are not only met but
exceeded. With a keen eye for detail and a commitment to continuous
improvement, John implements innovative policies and procedures, as well
as cost-saving measures, to optimize project outcomes.
RESPONSIBILITIES
• Provides leadership, experience and technical expertise
• Overall responsibility for the performance of the project team
• Ensures that client expectations are met
PROJECT EXPERIENCE (*Partial List)
• Institute for Integrative and Innovative Research (I³R), University of
Arkansas • Fayetteville, AR
• Market Center of the Ozarks • Springdale, AR
• Kids SPOT Pediatric Therapy • Springdale, AR
• E. Fay and Gus Jones Residence Restoration • Fayetteville, AR
• Inn at Carnall Hall Renovations • Fayetteville, AR
• Academic Research Center at Boreham Library, UAFS • Fort Smith,
AR
• Kappa Delta Sorority House, University of Arkansas • Fayetteville, AR
• Phi Mu Sorority House, University of Arkansas • Fayetteville, AR
• Pi Beta Phi Sorority House, University of Arkansas • Fayetteville, AR
• Tyson Track Center Renovation, University of Arkansas • Fayetteville,
AR
• Nanoscale Material Science and Engineering Building, University of
Arkansas • Fayetteville, AR
• Arkansas Union Food Court Renovation, University of Arkansas •
Fayetteville, AR
• Maple Hill Residential Halls East, West and South, University of
Arkansas • Fayetteville, AR
• Chambers Cafeteria Renovation and Expansion, Arkansas Tech
University • Russellville, AR
• University Village Residence Hall, Southern Arkansas University •
Magnolia, AR
• Job Order Contracting Services, University of Arkansas • Fayetteville,
AR
• Walmart Arkansas Music Pavilion Expansion • Rogers, AR
• Clinton Presidential Center • Little Rock, AR
23 YEARS IN CONSTRUCTION
EDUCATION
B.S. Construction Management,
University of Arkansas at Little Rock
PROFESSIONAL AFFILIATIONS
• LEED Green Associate
• Member - American Society for Healthcare
Engineering
• Construction Specification Institute
• Member - Arkansas Association for Healthcare
Engineering, Past Chairman of the Board
5
Ap
p
e
n
d
i
x
C
RF
Q
2
5
-
0
8
,
C
M
A
R
Aq
u
a
t
i
c
F
a
c
i
l
i
l
t
y
CD
I
'
s
R
F
Q
R
e
s
p
o
n
s
e
DANIEL BOWEN
Director of Preconstruction
BACKGROUND
Daniel offers a wealth of expertise in preconstruction, serving as the
Director of Preconstruction at CDI. With a strong emphasis on conceptual
estimating, program scheduling, and owner program budget management,
Daniel plays a pivotal role in guiding all preconstruction efforts. His
expertise includes value engineering analysis and overseeing lump sum
competitive bidding processes, contributing to efficient and cost-effective
project outcomes. Daniel’s dedication to excellence and comprehensive
understanding of preconstruction methodologies make him a valuable
contributor to the project.
RESPONSIBILITIES
• Leadership of all Preconstruction efforts
• Conceptual estimating
• Program scheduling
• Owner program budget management
• Value engineering analysis
• Lump sum competitive bidding
PROJECT EXPERIENCE (*Partial List)
• Pine Bluff Aquatic Center • Pine Bluff, AR
• Longview ISD Aquatics Facility • Longview, TX
• Institute for Integrative & Innovative Research (I³R), University of
Arkansas • Fayetteville, AR
• Crop Sciences Research Center, University of Arkansas System
Division of Agriculture • Fayetteville, AR
• Delta Residence Hall, University of Arkansas Pine Bluff • Pine Bluff,
AR
• Civil Engineering Research and Education Center, University of
Arkansas • Fayetteville, AR
• Donald W. Reynolds Stadium North Endzone Renovation, University
of Arkansas • Fayetteville, AR
• Kimpel Hall Classroom Block Renovation and Student Media
Addition, University of Arkansas • Fayetteville, AR
• Basketball Performance Center, University of Arkansas • Fayetteville,
AR
• University of Central Arkansas Lewis Science Center Renovation/
Conway Corp. Science Center Addition • Conway, AR
• Windgate Art & Design, University of Arkansas Fort Smith • Fort
Smith, AR
• U.S. Marshals Museum • Fort Smith, AR
• Robinson Center Renovation and Expansion • Little Rock, AR
17 YEARS IN CONSTRUCTION
EDUCATION
B.S. Mechanical Engineering,
University of Arkansas, Fayetteville
PROFESSIONAL AFFILIATIONS
• OSHA 30 Hour Training Certificate
6
Ap
p
e
n
d
i
x
C
RF
Q
2
5
-
0
8
,
C
M
A
R
Aq
u
a
t
i
c
F
a
c
i
l
i
l
t
y
CD
I
'
s
R
F
Q
R
e
s
p
o
n
s
e
JAMES GARDNER PE, LEED GA
Senior Project Manager
BACKGROUND
James specializes in defining project scopes, coordinating resources,
estimating, planning, and meticulously documenting progress. With a
track record of successfully managing diverse projects, from retail centers
to healthcare facilities, James ensures seamless project execution and
adherence to schedules and budgets. His expertise lies in orchestrating
project teams and ensuring effective communication and collaboration to
achieve client objectives with precision and efficiency.
RESPONSIBILITIES
• Defines project scopes and determine available resources
• Coordinates with the project team members to operate through
project schedule
• Project estimating and planning
• Project documentation and monitoring progress
PROJECT EXPERIENCE (*Partial List)
• Institute for Integrative and Innovative Research (I³R), University of
Arkansas • Fayetteville, AR
• Nanoscale Material Science and Engineering Building Clean Room,
University of Arkansas • Fayetteville, AR
• Washington Regional Medical Center Core Renewal • Fayetteville, AR
• Washington Regional Medical Center Walker Heart Institute •
Fayetteville, AR
• Washington Regional Medical Center Job Order Contracts •
Fayetteville, AR
- New medical laboratory
- Pharmacy USP upgrades
- Therapy gym conversion
- Labor & Delivery renovation
- Various site & parking improvements
- Surgical pod finishes upgrades
- Surgical unit O2 upgrades
• Cornerstone Medical Office Building • Little Rock, AR
• Bernhard Office Renovation • Fayetteville, AR
• Global Campus First Floor Renovation, University of Arkansas •
Fayetteville, AR
• Moviehouse Retail • McKinney, TX
• West Point Marketplace • Akron, OH
11 YEARS IN CONSTRUCTION
EDUCATION
B.S. Civil Engineering,
University of Arkansas
PROFESSIONAL AFFILIATIONS
• OSHA 30 Hour Training Certificate
• CPR, AED, and First Aid
• Arkansas Professional Engineer #18619
• AutoCAD Civil 3D
7
Ap
p
e
n
d
i
x
C
RF
Q
2
5
-
0
8
,
C
M
A
R
Aq
u
a
t
i
c
F
a
c
i
l
i
l
t
y
CD
I
'
s
R
F
Q
R
e
s
p
o
n
s
e
JESSICA HOLLINSWORTH
Senior Superintendent
BACKGROUND
Jessica is an effective communicator with a keen talent for leading and
growing talent on her project delivery teams. Her duties involve managing
and controlling all construction activities, coordinating schedules for
trade/subcontractors and suppliers, and ensuring work is performed
correctly and on time. With a keen eye for project quality control and
safety, Jessica brings practical experience to the table. Her expertise
extends to building codes, permitting, and regulatory processes, making
her a reliable and no-nonsense manager for on-site project administration.
RESPONSIBILITIES
• Supervision and control of all construction activities
• Coordinates and schedules trade/sub contractors and suppliers
• Monitors performance to ensure that work is performed correctly
and on time
• Oversees project quality control and safety programs
PROJECT EXPERIENCE (*Partial List)
• Institute for Integrative and Innovative Research (I³R) • University of
Arkansas • Fayetteville, AR
• Walmart Arkansas Music Pavilion Expansion • Rogers, AR
• Benton Riverside Park • Benton, AR
• Civil Engineering Research and Education Center • University of
Arkansas • Fayetteville, AR
• U.S. Marshals Museum • Fort Smith, AR
• Garvan Woodlands Gardens Evans Treehouse • Hot Springs, AR
• Roller-Alcoa Funeral Home • Benton, AR
• Hurricane Creek Shopping Center and Kroger Marketplace • Benton,
AR
• Pinnacle Hills West - Outparcel Shell • Rogers, AR
• Pine Bluff Plaza • Pine Bluff, AR
• Bank OZK Fourth Operations Building • Ozark, AR
12 YEARS IN CONSTRUCTION
EDUCATION
B.S. Mechanical Engineering,
University of Arkansas
PROFESSIONAL AFFILIATIONS
• Arkansas Business 40 Under 40 Class of 2023
• NAWIC (National Association of Women in
Construction) Member
• OSHA 10 Hour and 30 Hour Training Certificate
• G3 GHS for Managers, Supervisors, Safety
Personnel
• C2 Respirable Crystalline Silica in Construction
• ABC Young Professional
8
Ap
p
e
n
d
i
x
C
RF
Q
2
5
-
0
8
,
C
M
A
R
Aq
u
a
t
i
c
F
a
c
i
l
i
l
t
y
CD
I
'
s
R
F
Q
R
e
s
p
o
n
s
e
The Institute for Integrative and Innovative Research (I³R) at
the University of Arkansas is the largest and most advanced
academic facility ever constructed in the state of Arkansas.
Delivered by CDI Contractors under a Construction Manager
at Risk contract, the 144,000-square-foot facility integrates
state-of-the-art laboratory environments, collaborative research
areas, and flexible academic space to drive innovation across
disciplines.
Designed and constructed between 2021 and 2024, the
project was delivered during one of the most volatile periods
in the modern construction industry. The team successfully
navigated ongoing supply chain disruptions, price volatility, and
labor fluctuations while maintaining project momentum and
protecting the client’s schedule and budget.
The project required high-level coordination, technical
expertise, and constant communication. CDI’s project
leadership—John Deramus, James Gardner, Jessica Hollinsworth,
and Daniel Bowen—worked in seamless collaboration to ensure
successful outcomes. This same team is prepared to bring their
proven experience and commitment to the City of Fayetteville’s
Aquatic Center project.
Team Leadership and Execution
• John Deramus, Project Executive, provided strategic
guidance and executive oversight throughout the project
lifecycle. He ensured that client priorities were upheld at
every decision point and that project resources remained
aligned with goals.
PROJECT TEAM’SRECENT RECORD OF SUCCESS
9
Ap
p
e
n
d
i
x
C
RF
Q
2
5
-
0
8
,
C
M
A
R
Aq
u
a
t
i
c
F
a
c
i
l
i
l
t
y
CD
I
'
s
R
F
Q
R
e
s
p
o
n
s
e
• James Gardner, Senior Project Manager, managed a large
CDI project delivery team from design through construction.
James’ oversight included budget adherence, subcontractor
qualification, bidding, and selection along with clear and
consistent project reporting. He served as the main point of
contact with the University and drove alignment across all
stakeholders.
• Jessica Hollinsworth, Superintendent, led on-site
operations, safety, and field execution. Her meticulous
planning and hands-on leadership were critical in
sequencing installation of complex MEP systems,
maintaining site safety, and ensuring adherence to a
construction schedule that aligned with the client’s project
goals.
• Daniel Bowen, Director of Preconstruction, provided early
budgeting, constructability reviews, and procurement
strategy. His accurate forecasting and early bid packaging
helped lock in pricing and secure long-lead materials amid
ongoing market instability.
Key Successes
• Market-Responsive Preconstruction: Bowen’s team
responded rapidly to volatile material costs and lead times
by developing flexible procurement strategies and issuing
targeted early-release bid packages to mitigate schedule
risk.
• Schedule Control Through Uncertainty: Despite the
challenges of working through pandemic-era supply
disruptions, Gardner maintained a controlled project
schedule and consistent stakeholder engagement to
ensure forward progress.
• Field-Level Precision: Hollinsworth delivered complex
building systems in a dense construction environment
with high safety and quality standards—while minimizing
disruptions on a busy university campus.
• Strategic Oversight: Deramus’ involvement provided
executive-level continuity, quick decision-making, and
client confidence throughout the project.
Outcome
Completed on time and within budget, the I³R facility now
stands as a flagship center for research and innovation at
the University of Arkansas. The successful delivery of this
complex project—despite market volatility and supply chain
uncertainty—demonstrates the strength of CDI’s project team
and their ability to navigate challenges without compromising
results.
This same core team is ready to bring their
leadership, experience, and client-focused
delivery to the City of Fayetteville’s Aquatic
Center.
10
Ap
p
e
n
d
i
x
C
RF
Q
2
5
-
0
8
,
C
M
A
R
Aq
u
a
t
i
c
F
a
c
i
l
i
l
t
y
CD
I
'
s
R
F
Q
R
e
s
p
o
n
s
e
BENTON RIVERSIDE PARK - AQUATICS CENTER
Benton, AR
This popular aquatics center built for the city of Benton boasts a large natatorium with
a 4,700 sf eight-lane competition pool, 2,5000 sf leisure pool with vortex and spray
area, a kids play area with a play structure, and a two-story water slide that stretches
out of the exterior of the building. Other amenities include youth and adult dressing/
shower rooms, locker rooms, party rooms, and concessions area..
OWNER REFERENCE
Stephanie Jones
Benton Parks Director
(501) 776-5970
ARCHITECT
Black Corley Owens and Hughes
Contact: Les Owens, AIA,
(501) 776-5118
SIZE
15,000 SF
COMPLETION
July 2022
DELIVERY METHOD
CM At Risk
11
Ap
p
e
n
d
i
x
C
RF
Q
2
5
-
0
8
,
C
M
A
R
Aq
u
a
t
i
c
F
a
c
i
l
i
l
t
y
CD
I
'
s
R
F
Q
R
e
s
p
o
n
s
e
PINE BLUFF AQUATICS CENTER
Pine Bluff, AR
This 35,000 SF facility features an eight-lane competition pool, leisure pool with water
slide, water cannon, volleyball, water basketball, and play structure. Other amenities
include youth and adult dressing/shower rooms, a family dressing area, concession
and gift sales area, and a pool entrance patio. CDI made a concerted effort to involve
local subcontractors in the project to support local business and maximize value.
OWNER REFERENCE
Larry Matthews
Director of Economic and
Community Development
(870) 543-1820
ARCHITECT
Nelson Architectural Group
Contact: Dave Sadler
(870) 534-8922
SIZE
35,000 SF
COMPLETION
June 2019
DELIVERY METHOD
CM At Risk
12
Ap
p
e
n
d
i
x
C
RF
Q
2
5
-
0
8
,
C
M
A
R
Aq
u
a
t
i
c
F
a
c
i
l
i
l
t
y
CD
I
'
s
R
F
Q
R
e
s
p
o
n
s
e
SEARCY OUTDOOR AQUATICS FACILITY
Searcy, AR
CDI is finishing preconstruction support for the Searcy Outdoor Aquatics Facility. Built
next to the city’s indoor aquatic facility and greatly expanding on an existing outdoor
zero entry pool, the facility will add over 12,000 sf of water surface to include a lazy
river, leisure pool, three water slides, bathhouse, party pavilion, concessions area,
pump building and parking lot.
CDI worked diligently with city officials and designers to price a variety of amenities
and aquatic systems and provide them with information to make important decisions
about scope, program, and areas of future expansion.
OWNER REFERENCE
Richard Stafford, ASLA, PLA
Searcy Planning Director
(501)-279-1085
ARCHITECT
Counsilman-Hunsaker
Contact: Billy Griffitts, AIA,
(314) 894-1245
SIZE
12,000 sf of Water Surface
COMPLETION
2026
DELIVERY METHOD
CM At Risk
13
Ap
p
e
n
d
i
x
C
RF
Q
2
5
-
0
8
,
C
M
A
R
Aq
u
a
t
i
c
F
a
c
i
l
i
l
t
y
CD
I
'
s
R
F
Q
R
e
s
p
o
n
s
e
LONGVIEW AQUATICS CENTER
Longview, TX
CDI is actively engaged in the preconstruction process for the Longview Independent
School District in Longview, TX and their planned 25-lane swimming and diving
competition aquatics facility.
An important aspect for Longview ISD shareholders is meeting its environmental
and energy efficiency goals in construction. CDI used this information to help price a
geothermal system for heating and cooling the water and the building temperature.
Additionally, CDI is providing valuable cost information for retractable roof systems
(which allow venting of the space); pool construction elements; and indoor air quality
systems that mitigate heavy chlorine build-up in the environment.
OWNER REFERENCE
Samuel Kington
Chief of Facilities and Operations
(903) 381-2200
ARCHITECT
DLR Group
Contact: Richard Huang
(214) 747-2511
SIZE
34,000 SF
COMPLETION
2Q 2027
DELIVERY METHOD
CM at Risk
14
Ap
p
e
n
d
i
x
C
RF
Q
2
5
-
0
8
,
C
M
A
R
Aq
u
a
t
i
c
F
a
c
i
l
i
l
t
y
CD
I
'
s
R
F
Q
R
e
s
p
o
n
s
e
DICKSON STREET ARTCOURT
Fayetteville, AR
ArtCourt is a unique outdoor public space in Fayetteville that serves as a basketball
court, public art project, and experiential community park. The construction process
incorporated adaptive reuse goals of the site. CDI was the construction manager and
was responsible for the metal wall art, lighting, and creating the canvas for artists and
design teams to use. The space is an outside basketball court surrounded by three
walls, with an open wall facing Dickson Street.
OWNER REFERENCE
ArtCourt, LLC
Jordan Garner,
jordan@ivythirtyfive.com
ARCHITECT
Ecological Design Group
Contact: Tanner Weeks
(501) 378-0200
SIZE
3,600 SF
COMPLETION
September 2022
DELIVERY METHOD
CM at Risk
15
Ap
p
e
n
d
i
x
C
RF
Q
2
5
-
0
8
,
C
M
A
R
Aq
u
a
t
i
c
F
a
c
i
l
i
l
t
y
CD
I
'
s
R
F
Q
R
e
s
p
o
n
s
e
OWNER REFERENCE
Walton Arts Center
Contact: Bob Pless
(479) 443-5600
ARCHITECT
Polk Stanley Wilcox Architects
Contact: Amanda Sturgell
(501) 378-0878
SIZE
30,000 SF
COMPLETION
November 2016
DELIVERY METHOD
CM at Risk
WALTON ARTS CENTER
(RENOVATION & EXPANSION)Fayetteville, AR
The 30,000 SF renovation and addition includes a 11,000 SF lobby expansion reorienting
the front entry to Dickson Street. Other renovations include 4,000 SF of expanded space
on the Starr Theater with a new dedicated entrance, expanded seating, and large
windows with blackout option. Backspace renovations include new storage capacity,
office space and crew facilities. The construction occurred during the theater’s
summer off seasons from mid-July to October and did not interrupt productions.
16
Ap
p
e
n
d
i
x
C
RF
Q
2
5
-
0
8
,
C
M
A
R
Aq
u
a
t
i
c
F
a
c
i
l
i
l
t
y
CD
I
'
s
R
F
Q
R
e
s
p
o
n
s
e
WALMART ARKANSAS MUSIC PAVILION
(RENOVATION & EXPANSION)Rogers, AR
During this expansion, the venue’s overall capacity increased by 1,000, enhancing
the patron experience. The box office expanded from four service windows to seven,
streamlining ticket purchasing and pickup. The main entry plaza boasts an additional
concession stand and 36 more restroom stalls. The top of the lawn seating area
received an additional 15,000 square feet, with 12,300 square feet dedicated to a new
covered plaza for flexible concert viewing and event rentals, complete with an 80-
foot custom-built bar. The lawn expansion also introduced two uncovered plazas, 62
additional restroom stalls, two new concession stands, and flexible spaces for viewing
and activations. With expanded entrances on the west and north sides, the Walmart
AMP now offers up to 12 gates for patrons’ convenience.
OWNER REFERENCE
Walton Arts Center
Contact: Bob Pless, (479) 443-5600
ARCHITECT
CORE Architects
Contact: Michael Baldwin,
mbaldwin@core-arch.com
SIZE
16,476 SF
COMPLETION
June 2020
DELIVERY METHOD
CM at Risk
17
Ap
p
e
n
d
i
x
C
RF
Q
2
5
-
0
8
,
C
M
A
R
Aq
u
a
t
i
c
F
a
c
i
l
i
l
t
y
CD
I
'
s
R
F
Q
R
e
s
p
o
n
s
e
SCHEDULE
As this project is still in its earliest stages of public feedback regarding program, it is not feasible to create a schedule that could account for the variety of systems and
combinations for a modern aquatic center. To demonstrate schedule, however, we are providing two preliminary schedules for separate aquatics projects that CDI is working
on right now: an outdoor recreational aquatics facility for the city of Searcy, Ark. and an indoor competition aquatics facility for Longview ISD in Longview, Tex. Any schedule
developed for the city of Fayetteville may look similar to these.
Activity ID Activity Name Start Finish OriginalDuration RemainingDuration
Searcy Main Street ProjectSearcy Main Street Project 05-Aug-24 A 12-Feb-27 586d 450d
Overall Project MilestonesOverall Project Milestones 0d 0d
ProgrammingProgramming 0d 0d
Community & Recreation CenterCommunity & Recreation Center 05-Aug-24 A 12-Feb-27 586d 450d
Outdoor Aquatic CenterOutdoor Aquatic Center 01-Oct-24 A 23-Nov-26 499d 394d
Pre-ConstructionPre-Construction 01-Oct-24 A 08-Sep-25 189d 84d
Schematic DesignSchematic Design 01-Oct-24 A 21-Feb-25 A 115d 0d
PRECON.OAC.SD.1000 SD Package Development 01-Oct-24 A 24-Jan-25 A 60d 0d
PRECON.OAC.SD.1010 SD Package - Issued 24-Jan-25 A 0d 0d
PRECON.OAC.SD.1020 SD Package Cost Estimate 27-Jan-25 A 11-Feb-25 A 10d 0d
PRECON.OAC.SD.1030 SD Package - Reconcile w/ Design Team 10-Feb-25 A 14-Feb-25 A 5d 0d
PRECON.OAC.SD.1040 SD Package - Presnt to Owner 21-Feb-25 A 0d 0d
Design DevelopmentDesign Development 11-Feb-25 A 15-May-25 A 40d 0d
PRECON.OAC.DD.1000 DD Package Development 11-Feb-25 A 21-Apr-25 A 40d 0d
PRECON.OAC.DD.1060 DD Package Issued 21-Apr-25 A 0d 0d
PRECON.OAC.DD.1070 DD Package Cost Estimate 22-Apr-25 A 12-May-25 A 20d 0d
PRECON.OAC.DD.1080 DD Package - Reconcile w/Design Team 13-May-25 A 15-May-25 A 5d 0d
PRECON.OAC.DD.1090 DD Package - Present to Owner 15-May-25 A 0d 0d
Construction DocumentsConstruction Documents 09-May-25 08-Sep-25 84d 84d
100% CD Package100% CD Package 09-May-25 08-Sep-25 84d 84d
PRECON.OAC.100%.1000 100% Package Development 09-May-25 04-Aug-25 60d 60d
PRECON.OAC.100%.1010 100% Package Review 05-Aug-25 08-Aug-25 4d 4d
PRECON.OAC.100%.1020 100% Package Pricing 11-Aug-25 08-Sep-25 20d 20d
ProcurementProcurement 09-Sep-25 19-Jun-26 200d 200d
Concrete & ReinforcementConcrete & Reinforcement 09-Sep-25 20-Oct-25 30d 30d
A1390 Submittals & Fabrication 09-Sep-25 20-Oct-25 30d 30d
Water SlidesWater Slides 09-Sep-25 19-Jun-26 200d 200d
A1400 Submittals & Fabrication 09-Sep-25 19-Jun-26 200d 200d
FiltersFilters 09-Sep-25 12-Mar-26 130d 130d
A1410 Submittals & Fabrication 09-Sep-25 12-Mar-26 130d 130d
PumpsPumps 09-Sep-25 17-Nov-25 50d 50d
A1420 Submittals & Fabrication 09-Sep-25 17-Nov-25 50d 50d
Chemistry ControllersChemistry Controllers 09-Sep-25 20-Oct-25 30d 30d
A1430 Submittals & Fabrication 09-Sep-25 20-Oct-25 30d 30d
Play FeaturesPlay Features 09-Sep-25 23-Apr-26 160d 160d
A1440 Submittals & Fabrication 09-Sep-25 23-Apr-26 160d 160d
VFD'sVFD's 09-Sep-25 19-Jun-26 200d 200d
A1450 Su8bmittals & Fabrication 09-Sep-25 19-Jun-26 200d 200d
ConstructionConstruction 09-Sep-25 23-Nov-26 310d 310d
Early Site WorkEarly Site Work 09-Sep-25 16-Dec-25 70d 70d
A1460 Clearing & Grubbing 09-Sep-25 29-Sep-25 15d 15d
A1470 Site Stablization 30-Sep-25 20-Oct-25 15d 15d
A1480 Site Utilities 21-Oct-25 16-Dec-25 40d 40d
Aquatic FeatureAquatic Feature 21-Oct-25 23-Nov-26 280d 280d
Feb Mar Apr May Jun Jul Aug Sep Oct Nov Dec Jan Feb Mar Apr May Jun Jul Aug Sep Oct Nov Dec Jan Feb Mar
2025 2026 2027
Searcy Main Street Project
Community & Recreation Center
Outdoor Aquatic Center
Pre-Construction
Schematic Design
SD Package Development
SD Package - Issued
SD Package Cost Estimate
SD Package - Reconcile w/ Design Team
SD Package - Presnt to Owner
Design Development
DD Package Development
DD Package Issued
DD Package Cost Estimate
DD Package - Reconcile w/Design Team
DD Package - Present to Owner
Construction Documents
100% CD Package
100% Package Development
100% Package Review
100% Package Pricing
Procurement
Concrete & Reinforcement
Submittals & Fabrication
W ater Slides
Submittals & Fabrication
Filters
Submittals & Fabrication
Pumps
Submittals & Fabrication
Chemistry Controllers
Submittals & Fabrication
Play Features
Submittals & Fabrication
VFD's
Su8bmittals & Fabrication
Construction
Early Site Work
Clearing & Grubbing
Site Stablization
Site Utilities
Aquatic Feature
Searcy Main Street Project Data Date: 09-May-25
Pint Date: 03-Jun-25 15:53
Remaining Level of Effort
WBS Summary
Actual Level of Effort
Primary Baseline
Actual Work
Remaining Work
Critical Remaining Work
Baseline Milestone
Page 1 of 2 Current Schedule
SRCY-MSTPROJ 5-9-25 DD
18
Ap
p
e
n
d
i
x
C
RF
Q
2
5
-
0
8
,
C
M
A
R
Aq
u
a
t
i
c
F
a
c
i
l
i
l
t
y
CD
I
'
s
R
F
Q
R
e
s
p
o
n
s
e
SCHEDULE
Activity ID Activity Name Start Finish OriginalDuration RemainingDuration
Longview ISD - NatatoriumLongview ISD - Natatorium 20-Nov-24 A 24-Aug-27 614d 592d
PreconstructionPreconstruction 20-Nov-24 A 19-Jan-26 204d 182d
Precon/Design MilestonesPrecon/Design Milestones 12-May-25 A 18-Dec-25 162d 109d
PRE.DMS.1000 SD Process Complete 12-May-25 A 0d 0d
PRE.DMS.1040 50% DD Process Complete 16-Jul-25 0d 0d
PRE.DMS.1050 100% CD Process Complete 11-Nov-25 0d 0d
PRE.DMS.1060 Finalized GMP Complete 03-Dec-25 0d 0d
PRE.DMS.1070 NTP 18-Dec-25 0d 0d
Design DevelopmentDesign Development 20-Nov-24 A 16-Jul-25 75d 53d
SDSD 20-Nov-24 A 12-May-25 A 30d 0d
PRE.SD.1000 SD Package Development 20-Nov-24 A 03-Mar-25 A 30d 0d
PRE.SD.1010 SD Package Issued 04-Mar-25 A 04-Mar-25 A 1d 0d
PRE.SD.1020 SD Package (CDI Provides Cost Estimate)05-Mar-25 A 02-May-25 A 30d 0d
PRE.SD.1030 SD Cost Estimate ( Owner/ Design Team Comments)05-May-25 A 09-May-25 A 5d 0d
PRE.SD.1040 SD Cost Estimate ( CDI Provides Feedback)09-May-25 A 12-May-25 A 5d 0d
PRE.SD.1050 SD Cost Estimate Complete 12-May-25 A 0d 0d
50% DD50% DD 05-Mar-25 A 16-Jul-25 75d 53d
PRE.50%DD.1000 50% DD Package Development 05-Mar-25 A 02-Jun-25 45d 22d
PRE.50%DD.1010 50% DD Package Issued 03-Jun-25 03-Jun-25 1d 1d
PRE.50%DD.1020 50% DD Package (CDI Provides Cost Estimate)04-Jun-25 01-Jul-25 20d 20d
PRE.50%DD.1030 50% DD Cost Estimate ( Owner/ Design Team Comments)02-Jul-25 09-Jul-25 5d 5d
PRE.50%DD.1040 50% DD Cost Estimate ( CDI Provides Feedback)10-Jul-25 16-Jul-25 5d 5d
PRE.50%DD.1050 50% DD Cost Estimate Complete 16-Jul-25 0d 0d
Construction DocumentsConstruction Documents 04-Jun-25 19-Jan-26 159d 159d
75% CD75% CD 04-Jun-25 12-Sep-25 71d 71d
PRE.75%CD.1000 75% CD Package Development 04-Jun-25 13-Aug-25 50d 50d
PRE.75%CD.1010 75% CD Package Issued 14-Aug-25 14-Aug-25 1d 1d
PRE.75%CD.1020 75% CD Package (CDI Provides Cost Estimate)15-Aug-25 05-Sep-25 15d 15d
PRE.75%CD.1030 75% CD Cost Estimate ( Owner/ Design Team Comments)08-Sep-25 12-Sep-25 5d 5d
95% CD - Permit Set95% CD - Permit Set 15-Aug-25 15-Sep-25 21d 21d
PRE.95%CD.1000 95% CD Package Development 15-Aug-25 12-Sep-25 20d 20d
PRE.95%CD.1010 95% CD Package Issued 15-Sep-25 15-Sep-25 1d 1d
100% CD100% CD 16-Sep-25 19-Jan-26 87d 87d
PRE.100%CD.1000100% CD Package Development 16-Sep-25 13-Oct-25 20d 20d
PRE.100%CD.1010100% CD Package Issued 14-Oct-25 14-Oct-25 1d 1d
PRE.100%CD.1020100% CD Package (CDI Provides Cost Estimate)15-Oct-25 04-Nov-25 15d 15d
PRE.100%CD.1030100% CD Cost Estimate ( Owner/ Design Team Comments)05-Nov-25 11-Nov-25 5d 5d
PRE.100%CD.1040GMP Pricing To Owner 12-Nov-25 18-Nov-25 5d 5d
PRE.100%CD.1050GMP Pricing Owner Approval 19-Nov-25 03-Dec-25 10d 10d
PRE.100%CD.1060CDI/ Owner Contracting/CO 04-Dec-25 17-Dec-25 10d 10d
PRE.100%CD.1070NTP 18-Dec-25 18-Dec-25 1d 1d
PRE.100%CD.1080Subcontracting 19-Dec-25 19-Jan-26 20d 20d
ProcurementProcurement 06-Jan-26 08-Feb-27 280d 280d
Open-Air AssembliesOpen-Air Assemblies 06-Jan-26 08-Feb-27 280d 280d
PRO.OA.1000 Release Subcontractor 06-Jan-26 0d 0d
Jan F Mar Apr May Jun Jul Aug Sep Oct Nov Dec Jan Feb Mar Apr May Jun Jul Aug Sep Oct Nov Dec Jan F Mar Apr May Jun Jul Aug Sep
2025 2026 2027
Longview ISD - Natatorium
Preconstruction
Precon/Design Milestones
SD Process Complete
50% DD Process Complete
100% CD Process Complete
Finalized GMP Complete
NTP
Design Development
SD
SD Package Development
SD Package Issued
SD Package (CDI Provides Cost Estimate)
SD Cost Estimate ( Owner/ Design Team Comments)
SD Cost Estimate ( CDI Provides Feedback)
SD Cost Estimate Complete
50% DD
50% DD Package Development
50% DD Package Issued
50% DD Package (CDI Provides Cost Estimate)
50% DD Cost Estimate ( Owner/ Design Team Comments)
50% DD Cost Estimate ( CDI Provides Feedback)
50% DD Cost Estimate Complete
Construction Documents
75% CD
75% CD Package Development
75% CD Package Issued
75% CD Package (CDI Provides Cost Estimate)
75% CD Cost Estimate ( Owner/ Design Team Comments)
95% CD - Permit Set
95% CD Package Development
95% CD Package Issued
100% CD
100% CD Package Development
100% CD Package Issued
100% CD Package (CDI Provides Cost Estimate)
100% CD Cost Estimate ( Owner/ Design Team Comments )
GMP Pricing To Owner
GMP Pricing Owner Approval
CDI/ Owner Contracting/CO
NTP
Subcontracting
Procurement
Open-Air Assemblies
Release Subcontractor
Longview ISD - Natatorium Data Date: 01-May-25
Pint Date: 03-Jun-25 15:43
Remaining Level of Effort
WBS Summary
Actual Level of Effort
Primary Baseline
Actual Work
Remaining Work
Critical Remaining Work
Baseline Milestone
Page 1 of 3 Current Schedule
LVISD NAT 06-3-25
19
Ap
p
e
n
d
i
x
C
RF
Q
2
5
-
0
8
,
C
M
A
R
Aq
u
a
t
i
c
F
a
c
i
l
i
l
t
y
CD
I
'
s
R
F
Q
R
e
s
p
o
n
s
e
The perfect aquatic facility balances an inviting environment
while maintaining the most stringent safety standards. When
building an aquatic facility, special care needs to be taken to
make sure that the facilities will be safe, last as long as possible,
and be aesthetically pleasing to all.
Here are a few recommendations that any contractor you select
should keep in mind, all of which the CDI team will adhere to if
selected.
Strong Structural Foundations
The structural foundations of any aquatic center needs to be of
the highest standards and scrutiny to maintain facility quality
and condition longevity. This means strong planning on the
front end, safe and efficient excavation, and perfect execution of
construction.
Getting Qualified and Reputable Subcontractor
Support
Subcontractors with specialized training and experience are
essential to any project’s success. Their knowledge greatly
helps create consistent and efficient pool areas. CDI has had
great success with specialized aquatic center subcontractors
on projects across the region.
Owner Training and Closeout
Making sure the Aquatic Center staff is trained on how to
properly care for equipment and the facility is necessary to
maintain a high level of safety and longevity of the facility. CDI is
committed to making sure this essential step is done during the
project closeout phase.
CDI’s Virtual Design and Construction created a model of Benton
Riverside Park’s Olympic sized pool during preconstruction.
WORKING ONAQUATIC FACILITIES
CASE STUDY: MODELING DURING
PRECONSTRUCTION PLANNING
20
Ap
p
e
n
d
i
x
C
RF
Q
2
5
-
0
8
,
C
M
A
R
Aq
u
a
t
i
c
F
a
c
i
l
i
l
t
y
CD
I
'
s
R
F
Q
R
e
s
p
o
n
s
e
Acoustics
Major consideration needs to be made to reduce the amount
of echo and noise in a natatorium, not only for minimize
discomfort for users, but to maintain safety and communication
for all who use the facility, especially lifeguards and persons
who may be in danger. CDI has specific experience and
expertise when it comes to acoustic considerations in
construction.
Material Selections
Pools require a chemical balance that can create a caustic
environment if the wrong materials are selected (or value
engineered) during the construction process. CDI understands
these materials, their longevity in pool areas, and when to
appropriately apply them. Examples of this are the use of
aluminum or fiberglass door frames, the use and applications of
special coatings, and walking area considerations.
Maintaining The Highest Levels of Quality Control
in a Harsh Environment
Natatoriums must be built with the most rigorous level of
quality control to ensure its efficiency, safety and useability
in all areas. This is especially true when it comes to building
and maintaining a building envelope system. The construction
manager you select must understand and have experience in
these three key areas:
• Creating an air-tight envelope free of leaks, gaps or porous
materials that allows for the highest level of human control
of the environment.
• Understanding the proper dehumidification systems and
how many different pool operations and systems exist and
can coexist. For example, competition pools are kept at 82
degrees. It is not uncommon for competition pools to share
the same space with thermal or play pools, which are kept
at 87 degrees. Your construction manager needs to know
the difference these five degrees can play in maintaining a
dehumidification system that allows for the highest level of
human control of the environment.
• Maintaining the optimal amount of ventilation, which is
incredibly important for a natatorium. Poor ventilation in
pool areas or chemical rooms can quickly lead to corrosion
and other issues across materials, surfaces and equipment.
Benton Riverside Park’s Olympic sized pool was built with an extensive process that adhered to the considerations presented on these two pages.
CASE STUDY: PROJECT EXPERIENCE
21
Ap
p
e
n
d
i
x
C
RF
Q
2
5
-
0
8
,
C
M
A
R
Aq
u
a
t
i
c
F
a
c
i
l
i
l
t
y
CD
I
'
s
R
F
Q
R
e
s
p
o
n
s
e
Guaranteed Maximum Price as Defined by CDI
CDI firmly upholds the principle that in the absence of alterations to project
requirements, change orders should be unnecessary.
When a client engages a construction manager, they are enlisting a seasoned
advocate committed to delivering anticipated project outcomes and assuming the
associated cost risks to ensure timely completion.
Grounded in the belief that 1) both parties prioritize mutual success, and 2) the design
phase allows ample opportunity for transparent communication and expectation
alignment, the Guaranteed Maximum Price (GMP) stands as a cap on what the client
should pay for the envisioned scope of work, barring adjustments from allowance
reconciliations that surpass original allowance amounts.
CDI works tirelessly through these methods to ensure that our Preconstruction Team is
setting your project up for success.
Estimating and Budget Adherence
Schedule and cost control are key to the success of a project. To make certain that
schedules and budgets are realistically developed and met, we prepare the following:
• Preliminary Conceptual Estimate – ensures that project team’s expectations are
aligned
• Schematic Estimate – compared to conceptual estimate to identify challenges/
opportunities
• Design Development Estimate – more detailed estimate based on greater design
detail
• Preliminary GMP – quantity take-off and constructability review help refine GMP
• Final GMP – collaborative approach results in reliable cost control model and well-
crafted project schedule
At the onset of each project,
we initiate collaboration
between every project
team member, ensuring
full engagement and
commitment from the start.
This approach is grounded
in our recognition that
early involvement drives
cost reduction, enhances
quality, and expedites project
delivery, thus delivering
significant value to the owner.
PRECONSTRUCTION STATEMENT
22
Ap
p
e
n
d
i
x
C
RF
Q
2
5
-
0
8
,
C
M
A
R
Aq
u
a
t
i
c
F
a
c
i
l
i
l
t
y
CD
I
'
s
R
F
Q
R
e
s
p
o
n
s
e
Project Scheduling
CDI believes that informed and precise scheduling will impact
project duration and budget. Preliminary Milestone and Phasing
Schedule will identify high-level activities and durations.
Combining 3D visualization with scheduling information to
create a virtual schedule improves project efficiency through
more effective communication of sequences/phasing and their
impacts on site logistics.
Constructibility Reviews
To ensure the most efficient use of your two most valuable
resources – time and money – CDI conducts thorough
constructibility reviews. Our project team will review the
drawing details to provide insight on how they affect schedule
and quality and suggest potential remedies. The project
manager and superintendent work together to identify potential
detail or systems changes and/or changes to subcontractor bid
packaging and selection strategy.
Value Analysis
After working to fully understand your needs, we’ll manage
the building program to fulfill those needs within the available
funds. Matching the project budget with the owner’s building
program helps us identify ways to achieve your program
objectives at the best possible cost. By initiating design and
budgeting review early in the project development process
to obtain meaningful cost and performance information, we
can help discover the solution that best meets your project’s
requirements.
Bid Package Development
Collaboration with the entire project team results in a bid
package development process that contributes to project
success. To negotiate the GMP for your construction program,
CDI will:
• Prepare/submit preliminary Bid Packaging Plan based
on preliminary schedule and phasing information, then
distribute final Bid Packaging Plan to facilitate phasing of
design documents.
• Engage specialty subcontractor/supplier interest early
by soliciting cost and design input on development of
drawings.
• Encourage prequalification for all interested subcontractors
to ensure adequate number of qualified bidders, then
conduct multiple pre-bid meetings to familiarize bidders
with project requirements.
After opening bids, CDI will develop preliminary bid tabulation
with design team representatives. We’ll create final bid
tabulation identifying a qualified low bidder, then hold pre-
award meeting with subcontractors to understand project
scope, critical details and necessity of schedule adherence.
23
Ap
p
e
n
d
i
x
C
RF
Q
2
5
-
0
8
,
C
M
A
R
Aq
u
a
t
i
c
F
a
c
i
l
i
l
t
y
CD
I
'
s
R
F
Q
R
e
s
p
o
n
s
e
CDI Contractors is structured to manage complex, overlapping projects. As shown in
the attached workload chart, our Northwest Arkansas Division is actively delivering a
number of projects.
If awarded this project, CDI will dedicate the fully staffed project team that is
included in our proposal without impacting performance on our other work. Our
leadership actively balances workloads across the division to ensure that each project
receives the attention and oversight it requires.
We are confident in our ability to meet the project’s time and budget requirements, and
our history of successful on-time delivery reflects that commitment.
PROJECT SCHEDULED COMPLETION
University of Arkansas Nano Cleanroom Fit Out August 2025
UADA Food Science Research Center TBD
East Central Parking Garage September 2025
ADLEST Springdale Training Academy October 2025
The Gents Place October 2025
CURRENT WORKLOAD
24
Ap
p
e
n
d
i
x
C
RF
Q
2
5
-
0
8
,
C
M
A
R
Aq
u
a
t
i
c
F
a
c
i
l
i
l
t
y
CD
I
'
s
R
F
Q
R
e
s
p
o
n
s
e
CDI Contractors has an aggregate bonding capacity of $500,000,000 and $300 million
for single projects. CDI Contractors has never had any claim against payment and/or
performance bonds. The following are our bonding rates:
Contact Information
Scott Bruner, CPCU, Vice President
Offenhauser & Co.
518 Pine St.
Texarkana, TX 75501
(903) 793-5511
Beth Adler, Senior Regional Vice President
Zurich North American Surety
15303 Dallas Parkway, Suite 800
Addison, TX 75001
BONDING CAPACITY
CONTRACT COST RATE PER $1,000
First $100,000 $9.90
Next $400,000 $7.70
Next $2,000,000 $6.88
Next $2,500,000 $5.78
Next $2,500,000 $5.23
Over $7,500,000 $4.62
25
Ap
p
e
n
d
i
x
C
RF
Q
2
5
-
0
8
,
C
M
A
R
Aq
u
a
t
i
c
F
a
c
i
l
i
l
t
y
CD
I
'
s
R
F
Q
R
e
s
p
o
n
s
e
26
Ap
p
e
n
d
i
x
C
RF
Q
2
5
-
0
8
,
C
M
A
R
Aq
u
a
t
i
c
F
a
c
i
l
i
l
t
y
CD
I
'
s
R
F
Q
R
e
s
p
o
n
s
e
City of Fayetteville, AR
RFQ 25‐08, CMAR for Aquatic Facility
Page 20 of 23
City of Fayetteville
RFQ 25‐08, CMAR for Aquatic Facility
SECTION C: Signature Submittal
1. DISCLOSURE INFORMATION
a. Proposer shall disclose any possible conflict of interest or disclose any financial interest with the City of
Fayetteville, including, but not limited to, City of Fayetteville employees. Proposer response shall
disclose if a known relationship exists between any principal or employee of submitting firm or its team
members or sub‐consultants, and any City of Fayetteville employee, or elected City of Fayetteville
Official.
i. If, to your knowledge, no relationship exists, this should also be stated in your response.
Failure to disclose such a relationship may result in cancellation of a purchase and/or contract
as a result of your response. This form must be completed and returned in order for your
bid/proposal to be eligible for consideration.
PLEASE CHECK ONE OF THE FOLLOWING TWO OPTIONS, AS IT APPROPRIATELY APPLIES TO YOUR FIRM:
___________1) NO KNOWN RELATIONSHIP EXISTS
___________2) RELATIONSHIP EXISTS (Please explain): __________________________________
_______________________________________________________________________________
_______________________________________________________________________________
b. I certify that; as an officer of this organization, or per the attached letter of authorization, I am duly
authorized to certify the information provided herein is accurate and true; and my organization shall
comply with all State and Federal Equal Opportunity and Non‐Discrimination requirements and
conditions of employment.
c. Proposer agrees that they shall have a current, valid registration with the Arkansas Secretary of State at
time of RFP deadline OR be able to provide proof of registration before recommendation of award to
Fayetteville City Council.
d. 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.
e. 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.
X
Ap
p
e
n
d
i
x
C
RF
Q
2
5
-
0
8
,
C
M
A
R
Aq
u
a
t
i
c
F
a
c
i
l
i
l
t
y
CD
I
'
s
R
F
Q
R
e
s
p
o
n
s
e
City of Fayetteville, AR
RFQ 25‐08, CMAR for Aquatic Facility
Page 21 of 23
2. PRIMARY CONTACT INFORMATION
At the discretion of the City, one or more firms may be asked for more detailed information before final
ranking of the firms, which may also include oral interviews. NOTE: Each Proposer shall submit to the City a
primary contact name, e‐mail address, and phone number (preferably a cell phone number) where the City
selection committee can call for clarification or interview via telephone.
Corporate Name of Firm: __________________________________________________________________
Primary Contact: ___________________________ Title of Primary Contact: _________________________
Phone#1 (cell preferred): ____________________________Phone#2: ______________________________
E‐Mail Address: __________________________________________________________________________
3. ACKNOWLEDGEMENT OF ADDENDA
Acknowledge receipt of addenda for this invitation to bid, request for proposal, or request for qualification
by signing and dating below. All addendums are hereby made a part of the bid or RFQ documents to the
same extent as though it were originally included therein. Proposers/Bidders should indicate their receipt of
same in the appropriate blank listed herein. Failure to do so may subject vendor to disqualification.
4. DEBARMENT CERTIFICATION
a. As an interested party on this project, you are required to provide debarment/suspension certification
indicating compliance with the below Federal Executive Order. Certification can be done by completing
and signing this form.
b. Federal Executive Order (E.O.) 12549 “Debarment and Suspension“ requires that all contractors
receiving individual awards, using federal funds, and all sub‐recipients certify that the organization and
its principals are not debarred, suspended, proposed for debarment, declared ineligible, or voluntarily
excluded by any Federal department or agency from doing business with the Federal Government.
c. Signature certifies that neither you nor your principal is presently debarred, suspended, proposed for
debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any
federal department or agency.
ADDENDUM NO. SIGNATURE AND PRINTED NAME DATE ACKNOWLEDGED
CDI Contractors, LLC
John Deramus Vice-President
479-393-0940 479-695-1020
john.deramus@cdicon.com
Addendum 1
Addendum 2
John Deramus
John Deramus
6/5/2025
6/5/2025Ap
p
e
n
d
i
x
C
RF
Q
2
5
-
0
8
,
C
M
A
R
Aq
u
a
t
i
c
F
a
c
i
l
i
l
t
y
CD
I
'
s
R
F
Q
R
e
s
p
o
n
s
e
City of Fayetteville, AR
RFQ 25‐08, CMAR for Aquatic Facility
Page 22 of 23
5. SUB CONSULTANTS AND TEAM INFORMATION:
Proposer hereby certifies that proposals from the following consultants were used in the preparation of this
statement of qualification. Proposer shall attach additional pages if necessary. This section only applies if
CMAR is proposing a sub consultant for estimating, scheduling, accounting/payroll and non‐construction
trade services.
Type of Work: ___________________________________________________________________________
Subcontractor's Name: ____________________________________________________________________
Arkansas License No: _____________________________________________________________________
Address: _______________________________________________________________________________
Date Firm Established: ____________________________________________________________________
Percentage of Work: ______________________________________________________________________
Type of Work: ___________________________________________________________________________
Subcontractor's Name: ____________________________________________________________________
Arkansas License No: _____________________________________________________________________
Address: _______________________________________________________________________________
Date Firm Established: ____________________________________________________________________
Percentage of Work: ______________________________________________________________________
Type of Work: ___________________________________________________________________________
Subcontractor's Name: ____________________________________________________________________
Arkansas License No: _____________________________________________________________________
Address: _______________________________________________________________________________
Date Firm Established: ____________________________________________________________________
Percentage of Work: ______________________________________________________________________
Ap
p
e
n
d
i
x
C
RF
Q
2
5
-
0
8
,
C
M
A
R
Aq
u
a
t
i
c
F
a
c
i
l
i
l
t
y
CD
I
'
s
R
F
Q
R
e
s
p
o
n
s
e
City of Fayetteville, AR
RFQ 25‐08, CMAR for Aquatic Facility
Page 23 of 23
6. SIGNATURE SUBMITTAL
NAME OF COMPANY: _____________________________________________________________________
PHYSICAL ADDRESS: ______________________________________________________________________
MAILING ADDRESS: _______________________________________________________________________
TAX ID #: __________________________ AR. SECRETARY OF STATE FILING #: ________________________
PHONE: _____________________________________ SAM UEI #: _________________________________
E‐MAIL: ________________________________________________________________________________
By submitting your response, you certify that you are authorized to represent and bind your company :
SIGNATURE: _____________________________________________________________________________
PRINTED NAME: _________________________________________________________________________
TITLE: _______________________________________ DATE: _____________________________________
END OF RFQ DOCUMENT
CDI Contractors, LLC
4285 N Shiloh Dr. Suite 302 Fayetteville, AR 72703
4285 N Shiloh Dr. Suite 302 Fayetteville, AR 72703
71-0791998
479-695-1020
Matt Bodishbaugh
Executive Vice President 6/5/25
100131453
john.deramus@cdicon.com
Ap
p
e
n
d
i
x
C
RF
Q
2
5
-
0
8
,
C
M
A
R
Aq
u
a
t
i
c
F
a
c
i
l
i
l
t
y
CD
I
'
s
R
F
Q
R
e
s
p
o
n
s
e
4285 N. Shiloh Drive #302 | Fayetteville, AR 72703
(479) 695-1020 | CDIContractors.com
Explore some of our current projects online at CDIContractors.comAp
p
e
n
d
i
x
C
RF
Q
2
5
-
0
8
,
C
M
A
R
Aq
u
a
t
i
c
F
a
c
i
l
i
l
t
y
CD
I
'
s
R
F
Q
R
e
s
p
o
n
s
e