Loading...
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