Skip to main content
SEMINOLE COUNTY, FLORIDA Header Image
File #: 2025-072   
Category: Consent Item Status: Passed
File created: 1/28/2025 Type: Board of County Commissioners
On agenda: 2/25/2025 Final action: 2/25/2025
Title: Approve ranking and authorize staff to negotiate the Management Fee and Pre-Construction Services Fee in accordance with Section 287.055, Florida Statutes, the Consultants Competitive Negotiation Act, and authorize the Purchasing & Contracts Division to execute two (2) Agreements and Work Order #1 for Pre-Construction Services under PS-6030-24/MAG - Master Services Agreement for Construction Manager at Risk (CMAR) for Fire Department Capital Improvement Projects. Countywide. (Lorie Bailey Brown, CFO/Resource Management Director) Requesting Department - Fleet and Facilities
Attachments: 1. PS-6030-24 Backup Documentation.pdf, 2. PS-6030-24 Draft Agreement version3.pdf

Title:

title

Approve ranking and authorize staff to negotiate the Management Fee and Pre-Construction Services Fee in accordance with Section 287.055, Florida Statutes, the Consultants Competitive Negotiation Act, and authorize the Purchasing & Contracts Division to execute two (2) Agreements and Work Order #1 for Pre-Construction Services under PS-6030-24/MAG - Master Services Agreement for Construction Manager at Risk (CMAR) for Fire Department Capital Improvement Projects. Countywide. (Lorie Bailey Brown, CFO/Resource Management Director) Requesting Department - Fleet and Facilities

end

Division:

division

Resource Management - Purchasing and Contracts

body

Authorized By:

Lorie Bailey Brown, CFO/Resource Management Director

Contact/Phone Number:

Michael Guild/407-665-7122

Background:

PS-6030-24/MAG will provide a Construction Manager-at-Risk (CMAR) to assist the COUNTY and its Architecture/Engineering (A/E) Consultants during the preconstruction phase and then perform construction services thereafter as a Construction Manager-at-Risk (CMAR) for Seminole County Fire Department Capital Improvement Projects.

It is anticipated the following new Fire Stations will require CMAR services: Fire Stations 25, 23, 28, 10, 18, and 22. In addition, renovation of existing Fire Station facilities throughout the County will be included under this scope of services, as identified under the Capital Improvement Plan. During the development of each project, a business case will be prepared by the CMAR for the COUNTY to evaluate the cost of renovation versus the cost of replacement. The COUNTY has the right to transition a Fire Station facility from a renovation project to a new replacement building project at the COUNTY’s discretion, the project will remain under this scope of services.

This project was publicly advertised, and the County received seven (7) responses: (Listed Alphabetically)

                     Balfour Beatty Construction, LLC.

                     CORE Construction

                     H.J. High Construction

                     LEGO Construction Company

                     Scorpio.

                     Wharton-Smith, Inc.

                     Williams Company

The Evaluation Committee, consisting of Matt Kinley, SCFD Fire Chief; Matthew Hettler, SCFD Deputy Fire Chief, Nicholas Brow, Project Manager II; Chad Wilsky, Fleet and Facilities Director; and Kristian Swenson, Assistant County Manager, evaluated the received proposals and agreed to interview five (5) firms, considering the following criteria: Qualifications of Proposed Personnel, Project Approval and Understanding, Similar Project Experience.

The Evaluation Committee recommends that the Board approve the ranking below and authorize staff to negotiate the Management Fee, Pre-Construction Services Fee and issue and execute Work Order #1 for Pre-Construction Services for the first project to be named by the Department:

1.                     CORE Construction

2.                     Wharton-Smith, Inc.

3.                     Scorpio.

4.                     H.J. High Construction

5.                     Balfour Beatty Construction, LLC.

Staff will then negotiate the Guaranteed Maximum Price (GMP) for the initial project, resulting in Work Order #2, which will be brought to the Board at a later date for approval of the GMP and authorization to execute.

For the subsequent projects under this MSA, Staff will negotiate and bring all GMP Work Orders to the Board for approval and authorization to execute the GMP Work Orders.  

Authorization for the performance of services by the Consultants under this Agreement shall be in the form of written Work Orders issued and executed by the County and signed by the Consultant. The work and dollar amount of for each Work Order shall be negotiated on an as-needed basis and funded within the approved budget. A Draft Agreement and associated backup documentation have been provided as part of this Agenda Item. The Estimated Term Usage of this MSA is $60,000,000.

Requested Action:

Staff requests the Board approve the ranking list, and authorize staff to negotiate the Management Fee and Pre-Construction Services Fee in accordance with Section 287.055, Florida Statutes, the Consultants Competitive Negotiations Act (CCNA), and authorize the Purchasing & Contract Division to execute two (2) Agreements, and Work Order #1 for Pre-Construction Services under PS-6030-24/MAG - Construction Manager at Risk for Fire Department Capital Improvement Projects.