Skip to main content
SEMINOLE COUNTY, FLORIDA Header Image
File #: 2026-0065   
Category: Consent Item Status: Agenda Ready
File created: 1/7/2026 Type: Board of County Commissioners
On agenda: 1/27/2026 Final action:
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 and Contracts Division to execute Agreement and Work Order #1 for Pre-Construction Services under PS-6847-25/HSM - Master Services Agreement for Construction Manager at Risk (CMAR) for Fire Department Capital Improvement Projects. Countywide. (Stephen Koontz, Deputy Director of Administrative Services) Requesting Department - Fleet and Facilities
Attachments: 1. PS-6847-25 HSM Backup Documentation.pdf, 2. PS-6847-25 CMAR Draft Agreement.pdf
Date Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

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 and Contracts Division to execute Agreement and Work Order #1 for Pre-Construction Services under PS-6847-25/HSM - Master Services Agreement for Construction Manager at Risk (CMAR) for Fire Department Capital Improvement Projects. Countywide. (Stephen Koontz, Deputy Director of Administrative Services) Requesting Department - Fleet and Facilities

end

Division:

division

Administrative Services - Purchasing and Contracts

body

Authorized By:

Robert Bradley, Purchasing and Contracts Manager

Contact/Phone Number:

Herronda Mortimer/407 665-7113

Background:

PS-6847-25/HSM will provide a Construction Manager (CM) to assist the COUNTY and its Architecture/Engineering (A/E) Consultants during the preconstruction phase, and to then perform construction services thereafter as a Construction Manager-at-Risk (CMAR) for Seminole County Fire Department Capital Improvement Projects.

The Seminole County Fire Department has identified a series of fire station capital improvement projects necessary to maintain adopted levels of service, address aging facilities, and respond to growth and development within the County. These projects include construction of new fire stations, replacement of stations, and renovation of existing stations.  The proposed capital improvement projects will improve emergency response coverage, enhance firefighter health and safety, and extend the useful life of existing infrastructure while allowing the County to strategically plan and phase investments over multiple fiscal years.

The Purchasing and Contracts Division, in accordance with applicable procurement laws and procedures, issued a Request for Proposals (RFP) PS-6847-25/HSM for Construction Manager at Risk (CMAR) services for the Fire Department Capital Improvement Projects on October 24, 2025.

The County received ten (10) responses listed alphabetically below:

 

                     Ajax Building Company

                     Charles Perry Partners, Inc (CPPI)

                     HJ High Construction

                     LEGO Construction Co.

                     McCree Design Builders, Inc.

                     Mulligan Constructors, Inc. (MCI)

                     Oelrich Construction, Inc.

                     Reeves Young, LLC

                     Scorpio.

                     Sunshine Enterprises USA, LLC

The Evaluation Committee, consisting of Matt Kinley, SCFD Fire Chief; Matthew Hettler, SCFD Assistant Fire Chief, Nicholas Brow, Project Manager II;  Anthony Madddox, Fleet and Facilities Division Manager, Chad Wilsky, Fleet and Facilities Director; and Kristian Swenson, Assistant County Manager, reviewed and evaluated the proposals and agreed to interview three (3) firms, giving consideration to 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, Preconstruction Services Fee and issue and execute Work Order #1 for Preconstruction Services for the project to be named by the Department for the top ranked firm:

 

1.                     Scorpio.

2.                     H. J. High Construction

3.                     Ajax Building Company, LLC

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-6847-25/HSM - Construction Manager at Risk for Fire Department Capital Improvement Projects.  The work and dollar amount for each Work Order shall be negotiated on an as-needed basis and funded within the approved budgeted amounts.  The Estimated Term Usage of this MSA is $50,000,000.00.

 

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 one (1) Agreement, and Work Order #1 for Pre-Construction Services under PS-6847-25/HSM - Construction Manager at Risk for Fire Department Capital Improvement Projects.