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 Negotiations Act, and authorize the Purchasing and Contracts Division to execute one (1) Agreement, and Work Order No. 1 for Pre-Construction Services under PS-6780-25/LNF - Construction Manager at Risk (CMAR) for Seminole County Medical Examiner’s Office. Countywide (Stephen Koontz, Administrative Services Deputy Director) Requesting Department/Division - Fleet and Facilities
end
Division:
division
Administrative Services - Purchasing and Contracts
body
Authorized By:
Robert Bradley, Purchasing Manager
Contact/Phone Number:
Leticia Figueroa/407-665-7119
Background:
The County is undertaking the design and construction of a new Medical Examiner’s Office to establish a dedicated, modern facility that will provide appropriate space and infrastructure to support forensic death investigations, ensure compliance with applicable standards, and enhance service to the community. The County elected to use the Construction Manager at Risk (CMAR) delivery method. This approach promotes early collaboration with the design team, provides opportunities for cost-saving strategies, and allows for a more controlled project schedule and budget. The facility is expected to be fully operational by March 30, 2029.
The Purchasing and Contracts Division, in accordance with applicable procurement laws and procedures, issued a Request for Proposals (RFP) PS-6780-25/LNF for Construction Manager at Risk (CMAR) services for the Seminole County Medical Examiner’s Office on September 12, 2025.
The County received six (6) responses listed alphabetically below:
• Charles Perry Partners, Inc.
• D.E. Scorpio Corporation
• McCree Design Builders, Inc.
• Persons Services Corp.
• Saboungi Construction, Inc.
• Wharton-Smith, Inc.
The Evaluation Committee, consisting of Chad Wilsky, Fleet and Facilities Director; Anthony Maddox, Facilities Division Manager; Nick Brow, Facilities Development Manager; and Kristian Swenson, Assistant County Manager reviewed and evaluated the responses and agreed to interview three (3) firms.
The interview presentations by the three selected firms were evaluated based on the qualifications of their proposed construction teams, relevant project experience, and the teams' ability to align with the County’s project goals.
Following a comprehensive evaluation and interview process, the evaluation committee recommends that the Board approve the ranking and authorize staff to negotiate the Management Fee and the Preconstruction Services Fee and execute Work order No. 1 for Preconstruction Services. The ranking is as follows:
1. Wharton-Smith, Inc.
2. D.E. Scorpio Corporation
3. Charles Perry Partners, Inc.
Following successful negotiation of the Guaranteed Maximum Price (GMP), staff will return to the Board at a later date to seek approval of the GMP and authorization for the Purchasing and Contracts Division to execute Work Order No. 2 for Construction Services and to execute and incorporate Appendix I into PS-6780-25/LNF Construction Manager at Risk (CMAR) for Seminole County Medical Examiner’s Office.
Requested Action:
Staff requests the Board 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 Negotiations Act, and authorize the Purchasing and Contracts Division to execute one (1) Agreement, and Work Order No. 1 for Pre-Construction Services under PS-6780-25/LNF - Construction Manager at Risk (CMAR) for the Seminole County Medical Examiner’s Office.