Interoffice Memorandum
DATE: September 23, 2025
TO: Mayor Jerry L. Demings and County Commissioners
FROM: Carrie Mathes, FNIGP, CFCM, NIGP-CPP, CPPO, C.P.M., Manager II, Procurement Division
CONTACT: Terry Devitt, Deputy Director, Orange County Convention Center
PHONE: 407-685-9867
SUBJECT: Selection of Firms, Request for Proposals Y25-148-KC, Cost Estimating, Scheduling, and Project Management Services for the Orange County Convention Center
RECOMMENDATION:
title
Selection of three firms and three ranked alternates to provide Cost Estimating, Scheduling, and Project Management for the Orange County Convention Center, Request for Proposals Y25-148-KC, from the following firms listed alphabetically:
• AECOM Technical Services, Inc.
• Cost Management, Inc. dba CMI
• EVP Consulting, LLC dba Anker Advisory Group
• PMA Consultants LLC
• Procon Consulting LLC
• Turner & Townsend Heery, LLC
Further request Board authorization for the Procurement Division to negotiate and execute contracts in the estimated combined total of $23,775,000 for a five-year term.
Further request Board authorization to the Procurement Division to formally terminate negotiations with the top ranked firm(s), if we are unable to come to favorable negotiated agreement(s), and commence negotiations with the next ranked alternate, until a successful negotiation is reached. ([Orange County Convention Center Capital Planning Division] Procurement Division)
body
PROCUREMENT:
These contracts will provide professional cost estimating, scheduling, and project management services for the Orange County Convention Center.
FUNDING:
Funding is available in account numbers 4430-035-0960-6210, 4430-035-0965-6210, 4430-035-0966-6210,4430-035-0968-6210, and 4430-035-0969-6210.
DISCUSSION:
The Contractors will provide cost estimating, scheduling, and project management services to support Convention Center staff with current and future task authorizations under the Capital Improvement Program. Services will be provided on an as-needed basis and may include schedule analysis, owner’s representative services, project and construction administration, claims analysis, reporting, project closeout, and legal support or expert testimony. It is anticipated that three firms will be required to meet the projected demand.
Twelve proposals were received in response to this Request for Proposals (RFP). Colliers Project Leaders, Gardiner & Theobald, and Project Cost Solutions, Inc. were deemed non-responsive for failing to conform to the fee structure of the Orange County Fee Schedule Form. Construcciones IMB LLC was deemed non-responsive for failure to provide the required documentation required in the RFP. MC Fuhrman & Associates, LLC dba MCFA and ZHA Incorporated scored too low for Board consideration.
Proposals were evaluated by the Procurement Committee on May 28, 2025.
Commissioner Maribel Gomez Cordero was assigned to the Procurement Committee.
Timely protests were received from PMA Consultants LLC and Turner & Townsend Heery, LLC. Protest hearings were conducted on June 23, 2025, in accordance with the Procurement Ordinance, during which the Protest Committee unanimously voted to deny both protests. Timely appeals were filed by PMA Consultants LLC and Turner & Townsend Heery, LLC.
Based on the Board’s decision to suspend the County’s M/WBE program, it was necessary for the Procurement Committee to reconvene and rescore the proposals, which occurred on July 18, 2025. The rescoring was posted, which afforded the proposers the opportunity to protest on additional grounds not raised in the initial protests. Turner & Townsend Heery, LLC submitted a timely protest, and a protest hearing was conducted on September 9, 2025. The Protest Committee unanimously voted to deny the protest, and no appeal was received.
The consensus scores of the Procurement Committee meeting is attached.