Title:
title
Approve the 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 #1 for Pre-Construction Services under PS-6548-25/RTB - Construction Manager at Risk (CMAR) for the Seminole County Administration Building. Countywide (Stephen Koontz, Administrative Services Deputy Director) Requesting Department - Fleet and Facilities Department
end
Division:
division
Resource Management - Purchasing and Contracts
body
Authorized By:
Robert Bradley, Purchasing Manager
Contact/Phone Number:
Robert Bradley/407-665-7111
Background:
The County is undertaking the design and construction of a new County Administration Building to meet the long-term operational needs of its departments and improve service delivery to the public. Due to the size and complexity of the project, 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 Purchasing and Contracts Division, in accordance with applicable procurement laws and procedures, issued a Request for Proposals (RFP) PS-6548-25/RTB for Construction Manager at Risk (CMAR) services for the Seminole County Administration Building on April 21, 2025.
The County received four (4) responses listed alphabetically below:
• Ajax Building Corporation
• Charles Perry Partners, Inc.
• Persons Services Corp.
• 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, as indicated below.
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 Pre-Construction Services Fee and execute Work order No. 1 for Pre-Construction Services. The ranking is as follows:
1. Charles Perry Partners, Inc.
2. Ajax Building Corporation
3. Wharton-Smith, 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 County Manager to execute Work Order No. 2 for Construction Services.
Requested Action:
Staff requests that 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 #1 for Pre-Construction Services under PS-6548-25/RTB - Construction Manager at Risk (CMAR) for the Seminole County Administration Building.