Skip to main content

File #: 25-2499   
Type: Consent Agenda Status: Approval Review
File created: 12/23/2025 In control: Board of County Commissioners
On agenda: 1/6/2026 Final action:
Title: Approve agreements with Henkelman Construction, Inc., JF Construction Services, Marcobay Construction, Inc., Register Construction & Engineering, Inc., Rodda Construction, Inc., SEMCO Construction, Inc., Strickland Construction, Inc., and Whitehead Construction for Construction Manager at Risk (CMAR) continuing services. (No fiscal impact)
Attachments: 1. RFP 25-544, CMAR Master Agreement - Henkelman - signed by legal & contractor, 2. RFP 25-544, CMAR Master Agreement - Marcobay - signed by legal & contractor, 3. RFP 25-544, CMAR Master Agreement - Register - signed by legal & contractor, 4. RFP 25-544, CMAR Master Agreement - Rodda - signed by legal & contractor, 5. RFP 25-544, CMAR Master Agreement - SEMCO - signed by legal & contractor, 6. RFP 25-544, CMAR Master Agreement - Strickland - signed by legal & contractor, 7. RFP 25-544, CMAR Master Agreement - Whitehead - signed by legal & contractor, 8. RFP 25-544, CMAR Master Agreement - JF Construction - signed by legal & contractor
Date Action ByActionResultAction DetailsAgenda DetailsVideo
No records to display.

SUBJECT

title

Approve agreements with Henkelman Construction, Inc., JF Construction Services, Marcobay Construction, Inc., Register Construction & Engineering, Inc., Rodda Construction, Inc., SEMCO Construction, Inc., Strickland Construction, Inc., and Whitehead Construction for Construction Manager at Risk (CMAR) continuing services. (No fiscal impact)

body

 

DESCRIPTION

On October 21, 2025, the Board authorized staff to negotiate master service agreements with Henkelman Construction, Inc., JF Construction Services, Marcobay Construction, Inc., Register Construction & Engineering, Inc., Rodda Construction, Inc., SEMCO Construction, Inc., Strickland Construction, Inc., and Whitehead Construction, to provide CMAR services on an as needed basis.

This construction method can be utilized as an alternative to the “low bid” construction method when the estimated cost of construction does not exceed $7,650,000.00 (this amount is adjusted annually each July for inflation based on the Consumer Price Index in accordance with F.S 287.055).

Construction Managers will work with the County selected architectural and engineering firm starting when design is about 30% complete to provide value engineering input and will continue through construction completion.

CMAR services will be provided in two phases.

Phase one: Pre-Construction Services include, but are not limited to, working with County staff to provide value engineering input, construction cost estimating, constructability reviews; bidding subcontractor work on behalf of the County , along with providing a Guaranteed Maximum Price (GMP) to construct the project. Pre-construction services are approved by the County Manager or Deputy County Manager and authorized through the issuance of a purchase order.

Phase two: Once the GMP is provided and approved by County staff, a GMP addendum will be brought to the Board for approval before any construction services begin.

Allocation of projects between construction managers will be on a rotational basis to ensure an equitable distribution of work among the contractors, except in cases where a particular contractor may be more highly qualified to perform the work.

The term of each agreement is for a five year period.

 

RECOMMENDATION

Request Board approve the CMAR Continuing Service agreements with Henkelman Construction, Inc., JF Construction Services, Marcobay Construction, Inc., Register Construction & Engineering, Inc., Rodda Construction, Inc., SEMCO Construction, Inc., Strickland Construction, Inc., and Whitehead Construction.

 

FISCAL IMPACT

Funds are budgeted and available within the user division’s budget.

 

CONTACT INFORMATION

Tabatha Shirah

Senior Procurement Analyst

(863) 534-5935

tabathashirah@polkfl.gov