Interoffice Memorandum
DATE: December 15, 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: Sara Flynn-Kramer, Manager II, Capital Projects Division
PHONE: 407-836-0048
SUBJECT: Selection of Consultants, Request for Proposals Y25-908-RC Continuing Architectural Services
RECOMMENDATION:
title
Selection of five firms and three ranked alternates to provide Continuing Architectural Services, Request for Proposals Y25-908-RC from the following firms listed alphabetically:
Architectural Design Collaborative, Inc. (ADC)
Bentley Group, Inc.
Borrelli + Partners, Inc.
KMF Architects, LLC
MRI Architectural Group, Inc.
Rhodes+Brito Architects, Inc.
Spiezle Architectural Group, Inc.
Zyscovich, LLC
Further request Board authorization for the Procurement Division to negotiate the professional services rates and execute a five-year contract to provide the services for future requirements.
Further request authorization for the Procurement Division to formally terminate negotiations with the top ranked firm, if we are unable to come to a favorable negotiated agreement, and commence negotiations with the next ranked alternate, until a successful negotiation is reached. ([Administrative Services Department Capital Projects Division] Procurement Division)
body
PROCUREMENT:
The contracts will provide continuing architectural services for countywide projects. The projects will be located throughout Orange County.
FUNDING:
The County will fund task authorizations associated with these continuing contracts on an as needed basis.
DISCUSSION:
The projects herein include, but are not limited to, architectural studies of all types of projects for the design of interior alterations, renovations and remodeling of existing buildings, modular building siting, elevator services, utility services, drainage improvements, stormwater management solutions, park development, parking lots, landscaping, site furnishings, athletic courts, playing fields, exterior lighting, building/site security solutions to include cameras, audio, and door access, computer conduit and cabling, parking garages, elevated covered sidewalks, escalators, food courts, restaurants, cafeterias, meeting rooms, exhibit halls, atriums, loading docks, digital signage, landscaping, design of phased work in occupied buildings or occupied campuses so that work can be stopped and resumed seamlessly, minor construction projects under $200,000, and new work up to $7.5 million estimated construction cost.
Twenty proposals were received in response to this Request for Proposals (RFP) and were evaluated in accordance with the criteria contained in the RFP. Barrientos Design & Consulting, Inc., CPH Consulting, LLC, Design2Form, LLC, Forefront Architecture and Engineering LLC, Helman Hurley Charvat Peacock/Architects, Inc., KTH Architects, Inc. P.L.U.S. LLC, STORYN Studio for Architecture, The Tamara Peacock Company, Architects of Florida, Inc., Fleischman and Garcia & Planners, AIA, PA scored too low for Board consideration. Little Diversified Architectural Consulting, Inc. and MLM-Martin Architects, Inc. were deemed non-responsive for failing to acknowledge receipt of all addenda issued to the solicitation, some of which were material in nature.
Proposals were evaluated by the Procurement Committee on October 29, 2025. Commissioner Mayra Uribe was assigned to the Procurement Committee.
A timely protest was filed by Borrelli + Partners, Inc. In accordance with the Procurement Ordinance, a protest hearing was held on December 3, 2025, resulting in the protest committee unanimously denying the protest. No appeal was filed.