Interoffice Memorandum
DATE: February 12, 2026
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: Approval of Amendment No. 8, Contract Y24-809, Construction Manager at Risk (CMAR) Services for the Orange County Convention Center Phase 5A Improvements-Grand Concourse
ACTION REQUESTED:
title
Approval of Amendment No. 8, Contract Y24-809, Construction Manager at Risk (CMAR) Services for the Orange County Convention Center Phase 5A Improvements-Grand Concourse, with Turner Construction Company, Inc., in the amount of $345,524,165, for a revised total contract amount of $474,897,865.31. The Board will receive the report from the Citizens Oversight Committee, and approval of Amendment No. 8 ([Orange County Convention Center Capital Planning Division] Procurement Division)
body
PROCUREMENT:
This amendment adds Guaranteed Maximum Price (GMP) #3 which includes the remaining building, systems, and site scopes necessary to complete the Phase 5A Expansion in accordance with the 100% Construction Documents. Major scope components include:
• Structural concrete and superstructure completion
• Building envelope systems, including roofing, waterproofing, exterior metal panels, curtainwall, glazing, and insulation
• Interior construction and finishes, including partitions, ceilings, flooring, terrazzo, doors, and interior specialties
• Mechanical, electrical, and plumbing systems, including HVAC, plumbing, fire protection, power, lighting, and low-voltage systems
• Vertical transportation, including elevators and escalators
• Sitework, utilities, and landscaping
• Food service equipment and supporting building systems
This GMP also includes associated General Conditions, insurance and bonding, Owner Controlled Insurance Program administration, and a 5.0% Construction Contingency, consistent with the contract. The price for this phase is considered fair and reasonable based on the competitive CMAR bidding process that included multiple qualified contractors, which included national and globally recognized firms and manufacturers. The resulting pricing reflects current market conditions.
The bids and proposals within this submission were also determined as reasonable based on comparison with the estimate developed by the design team.
This project is located in District 6.
FUNDING:
Funding is available in account number 4430-035-0968-00-6210.
APPROVALS:
The Capital Planning Division concurs with this recommendation.
REMARKS:
On October 8, 2024, the Board approved the selection of Turner Construction Company, Inc. and the first phase of preconstruction services to include design assist and constructability review in the not to exceed budget of $2,500,000. The contract was executed on January 7, 2025 in the award amount of $2,492,110.31.
Previous contract amendments are as follows:
Amendment No. 1: Established detailed requirements for General Conditions and Supplies Costs related to the Preconstruction Phase Services, and to confirm the total award for the preconstruction phase, including design assist and constructability review. There was no change to award amount.
Amendment No. 2: Corrected contract language approved via an earlier addendum. There was no change to award amount.
Amendment No. 3: Formalized the negotiated early works GMP and Enabling Phase in the amount of $29,763,896. The Board approved on September 16, 2025.
Amendment No. 4: Reallocated funds among specific pay tasks for administrative and project accounting purpose. There was no change to award amount.
Amendment No. 5: Approved the key personnel substitution for the General Superintendent position. There was no change to award amount.
Amendment No. 6: Modified certain Contract provisions to clarify and update terms related to the Owner’s Project Management Team. There was no change to award amount.
Amendment No. 7: Added the second portion of the GMP #2, in the amount of $97,117,694, which includes strategically targeted long-lead procurement package that positions the project to remain on schedule and budget by securing pricing for critical early components. It represents approximately $97M in early procurement value, ensuring that fabrication and delivery timelines align with the start of major construction activities in early 2026. The Board approved on January 27, 2026.