Skip to main content
City of Fayetteville
File #: 25-4896    Version: 1 Name:
Type: Consent Status: Agenda Ready
File created: 8/27/2025 In control: City Council Regular Meeting
On agenda: 9/8/2025 Final action:
Title: Approve Fire Station No. 16 Construction Manager at Risk Selection
Attachments: 1. RFQ-Construction-Manager-At-Risk-Fire-Station-16, 2. Barr & Barr, 3. Score Matrix Barr and Barr

TO:                                            Mayor and Members of City Council

THRU:                      Adam Lindsay, Assistant City Manager

 

FROM:                     David Webb, Project Manager (FNI Contractor)

 

DATE:                      September 8, 2025

 

RE:Title

Approve Fire Station No. 16 Construction Manager at Risk Selection

Title

end

end

COUNCIL DISTRICT(S):                      

Council District(s)

 2                       

 

 

b

Relationship To Strategic Plan:

Goal 1: Safe and Secure Community

 

Executive Summary:

The attached Request for Qualifications (RFQ) for Construction Manager at Risk Services for Fire Station No. 16 was issued on July 8, 2025. Four responses were received on August 8, 2025 to provide pre-construction and construction services. A selection committee ranked the four responses and shortlisted three firms. Interviews were conducted on August 27, 2025 and Barr & Barr/HORUS Construction is the recommended candidate.

 

Background: 

The Fayetteville Fire Department (FFD) will relocate Fire Station 16 from its temporary facility to a permanent facility at the corner of Cedar Creek Rd. and Fields Rd (REID: 0445898657000). This property was evaluated and determined to be an optimal site. The property is currently owned by the City of Fayetteville (COF). This facility is expected to be approximately 11,000 square feet which will encompass firefighter living/working quarters, two (2) drive-thru apparatus bays, turnout gear storage room, decontamination room, tool storage room, electrical room, mezzanine / mechanical room, information technology room, fitness room, meditation room, public / private bathrooms, dorm rooms, day room, kitchen, offices, and a training / community meeting space room. The fire station non-bay area will be constructed with brick veneer overload bearing metal studs and the bays will be load-bearing masonry cladded with brick. The roof system shall be constructed with light gauge metal trusses and standing seam metal roofing.

 

The project is currently at 30% Schematic Design phase and is being designed by Davis Kane Architects. Cumming Group is acting as Owner’s Advisor and will assist the City’s project manager in the delivery of the project.

 

This is the first fire station in the 2022 $60 Million Public Safety Bond program

 

 

Issues/Analysis: 

The Construction Manager at Risk contract will consist of two phases, pre-construction and construction. This City Council Action Memo is for consideration of the pre-construction phase services. At a later date, the CMAR will provide a Guaranteed Maximum Price (GMP) for construction services. This may come to you as an amendment to the initial contract.

 

Budget Impact: 

None – Included in the project budget

    

Options

1.  Authorize the City Manager to negotiate and enter into a contract for pre-construction activities with Barr&Barr/HORUS Construction, not to exceed $400,000

2.  Do not authorize City Manager to negotiate and enter into a contract for pre-construction activities with Barr&Barr/HORUS Construction and provide further guidance.

     

Recommended Action::Recommended Action

Authorize the City Manager to negotiate and enter into a contract for pre-construction activities with Barr&Barr/HORUS Construction, not to exceed $400,000

end

Attachments:

Request for Qualifications

Barr & Barr Submittal

Score Matrix