Interoffice Memorandum
DATE: April 6, 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: Yougens Pierre, P.E., Senior Engineer, Traffic Engineering Division
PHONE: 407-836-7867
SUBJECT: Award of Invitation for Bids Y25-720-EB, Seidel Road at Summerlake Park Boulevard Roundabout Improvements
ACTION REQUESTED:
title
Approval to award Invitation for Bids Y26-720-EB, Seidel Road at Summerlake Park Boulevard Roundabout Improvements, to the low responsive and responsible bidder, American Persian Engineering and Construction LLC dba APEC, LLC, in the total contract award amount of $1,467,242.44. ([Public Works Department Traffic Engineering Division] Procurement Division)
body
PROCUREMENT:
This is an intersection improvements project with roadway work that includes the construction of a roundabout at the intersection of Summerlake Park Boulevard and Seidel Road. The westbound approach will be two lanes while eastbound and northbound approaches will be a single lane. The work includes connection of the proposed roundabout to existing sidewalks on the north side of Summerlake Park Boulevard and the west side of Seidel Road and construction of a storm sewer system in accordance with the Florida Department of Transportation and South Florida Water Management District. The project includes signing and pavement markings for the proposed roundabout, including speed changes on the approaches to the roundabout, as well as lighting for the intersection in accordance with the Florida Department of Transportation Design Manual criteria for pedestrian level lighting. Supplemental items of work include, but are not limited to: Maintenance of Traffic, Erosion Control, and Sodding. This project is located in District 1.
FUNDING:
Funding is available in account number 1002-072-2721-3197.
APPROVALS:
The Public Works Traffic Engineering Division concurs with this recommendation.
REMARKS:
Seven bids were received in response to this Invitation for Bids (IFB) and evaluated for responsiveness, responsibility and price reasonableness. The bid submitted by CCC Site Development was deemed non-responsible for failure to meet the similar project requirements of the IFB. The bid submitted by American Persian Engineering and Construction LLC dba APEC, LLC is considered reasonable based on bid results, engineer’s estimate, and current market conditions. The references provided were satisfactory for this type of work and American Persian Engineering and Construction LLC dba APEC, LLC has been determined to be responsible. Therefore, the award is recommended to American Persian Engineering and Construction LLC dba APEC, LLC.
The bid tabulation is as follows:
Bidder: Bid Total:
American Persian Engineering and Construction LLC $1,467,424.44
dba APEC, LLC
Stage Door II, LLC $2,152,776.31
Ranger Construction Industries, Inc. $2,483,971.05
Southern Development and Construction $2,747,620.00
Atlantic Civil Constructors Corp $2,917,554.69
Cathcart Construction Company - Florida LLC $3,571,114.78
CCC Site Development Non-Responsible