R2A-Award A Contract Flamingo Park Football Field-Track Renovation ProjectCOMMISSION ITEM SUMMARY
Condensed Title:
Request for Approval to Award a Contract, Pursuant to Invitation to Bid No. 049-2013TC, for the City of Miami
Beach Flamingo Park Football Fieldffrack Renovation Project; Authorizing the Mayor and City Clerk to Execute
an Agreement with CSR Heavy Construction, Inc., in the Amount of $2,266,016, for the Construction of the
Project, Plus Approve a Project Contingency of 10% for a Not-to-Exceed Grand Total of $2,492,618; Further
Authorizing the Administration to Engage in Value Engineering to Further Reduce the Cost and Time for
Completion of Said Project
Key Intended Outcome Supported:
Ensure well maintained facilities; ensure safety and appearance of building structures and sites; ensure
quality and timely delivery of capital projects.
Supporting Data (Surveys, Environmental Scan, etc.): The 2012 Customer Satisfaction Survey indicated
that over 87% and 83% of City residents and businesses respectively, rated the appearance and
maintenance of public buildings as excellent or good; and over 81% of residents rated recently completed
capital improvement projects as excellent or good.
Item Summary/Recommendation:
The football field and track, located at Flamingo Park, are in critical need of replacement and not adequate to
serve the large volume of users of the park, as well as visitors attending City of Miami Beach sponsored events.
The scope of work for the Flamingo Park Football Field/Track Renovation Project was included in the BOOR
prepared by Wolfberg, Alvarez and Partners (WAP). The scope of work generally includes the following items:
installation of artificial turf for the football field including drainage; sports lighting; new track; renovation of the
existing bleacher building with ADA upgrades, including restrooms, concession area and control room.
Invitation to Bid (ITB) 049-2013TC was issued on January 31, 2013, with an opening date of March 29, 2013.
The pre-bid conference was held on February 13, 2013. The Public Group issued bid notices to 79 prospective
bidders of which 27 accessed the advertised solicitation. In addition, 185 vendors were notified via email, which
resulted in the receipt of eight (8) proposals.
Through the Procurement Division's review of each bid for responsiveness, Caribe Utilities of Florida, Inc., the
lowest bidder, with a total base bid of $1,946,715, was deemed nonresponsive for failing to provide a general
contractor license which is a mandatory requirement of the ITB. Also, Carivon Construction Co. was deemed
nonresponsive for failing to submit, with their bid or after request by the City, required information, including, but
not limited to: licenses, references and other solicitation requirements.
The Administrative Review Panel convened on April 4, 2013, to interview the responsive bidders. Upon
completion of the interviews, the Panel discussed each prospective bidder's qualifications, experience, and
competence to score and rank the firms accordingly pursuant to the evaluation criteria noted in the ITB. CSR
Heavy Construction, Inc. received three of four first-place votes for contract award. In regards to the Panel's
selection of CSR Heavy Construction Inc., the Panel indicated that CSR demonstrated the most extensive
knowledge and experience in installing artificial turf and tracks, drainage, and building renovations. As to the
bidders that submitted lower base bids, their experience and knowledge of the turf installation, a critical
component of the project, did not match that of CSR. CSR acknowledged the construction Contract requirements
of 120 calendar days duration to achieve substantial completion and the amount of liquidated damages
recoverable for each calendar day the Contract is delayed.
After considering the review and recommendation of City staff, the City Manager exercised his due diligence and
carefully considered the specifics of this ITB process. As a result, the City Manager recommends to the Mayor and
City Commission to award the construction contract to CSR Heavy Construction, Inc. as the lowest and best
responsive bidder and authorize the Administration to engage in value engineering to further reduce the cost and
time for completion of said project
Advisory Board Recommendation:
I N/A
Financial Information:
Source of
Funds: 1
2
3
4
5
6
7
Amount
$ 619,994
$ 524,600
$ 575,275
$ 546,147
$ 61,999
$ 52,460
$ 112,143
$ 2,492,618
MIAMI BEACH
Account
301-2320-069357-Qualit of Life Tax Fund
305-2320-069357-Quality of Life Resort Tax
383-2320-067357 -2003 GO Bonds -Parks & Beaches
388-2320-069357-MDC COT lnterlocal
301-2320-069358-Quality of Life Tax Fund
305-2320-000356-SB Quality of Life Resort Tax
388-2320-069358-MDC COT lnterlocal
362
MIAMI BEACH
City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gov
COMMISSION MEMORANDUM
TO: Mayor Matti Herrera Bower and Me e City Commission
FROM: Jimmy L. Morales, City Manager
DATE: April 17, 2013
SUBJECT: REQUEST FOR APPROVAL 0 AWARD A CONTRACT, PURSUANT TO
INVITATION TO BID NO. 049-2013TC, FOR THE CITY OF MIAMI BEACH
FLAMINGO PARK FOOTBALL FIELD/TRACK RENOVATION PROJECT;
AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT
WITH CSR HEAVY CONSTRUCTION, INC., IN THE AMOUNT OF $2,266,016 FOR
THE CONSTRUCTION OF THE PROJECT, PLUS APPROVE A PROJECT
CONTINGENCY OF 10% FOR A NOT-TO-EXCEED GRAND TOTAL OF $2,492,618;
FURTHER AUTHORIZING THE ADMINISTRATION TO ENGAGE IN VALUE
ENGINEERING TO FURTHER REDUCE THE COST AND TIME FOR COMPLETION
OF SAID PROJECT.
ADMINISTRATION RECOMMENDATION
Approve the award of contract.
KEY INTENDED OUTCOME SUPPORTED
Ensure well maintained facilities; ensure safety and appearance of building structures and
sites; ensure quality and timely delivery of capital projects.
FUNDING
$619,994
$524,600
$575,275
$546,147
$ 61,999
$ 52,460
$112,143
$2,492,618
301-2320-069357-Quality of Life Tax Fund
305-2320-069357-Quality of Life Resort Tax
383-2320-067357 -2003 GO Bonds -Parks & Beaches
388-2320-069357-MDC COT lnterlocal
301-2320-069358-Quality of Life Tax Fund
305-2320-000356-SB Quality of Life Resort Tax
388-2320-069358-MDC COT lnterlocal
Total
BACKGROUND
The football field and track at Flamingo Park are in critical need of replacement. Existing
facilities are in poor condition, and not adequate to serve the large volume of users of the park,
as well as visitors attending large City-sponsored events in surrounding areas. The Flamingo
Park Football Field and Track Renovation Project scope of work was included in the master plan
designed by Wolfberg, Alvarez and Partners (WAP).
SCOPE OF SERVICES
The scope of services comprises of the new construction and renovation of the Flamingo Park
football field and track including the existing bleacher and bathroom building. This project will
encompass the new construction and renovation of the City of Miami Beach Flamingo Park
363
Commission Memorandum-ITB 049-2013TC-Flamingo Park Football Field/Track Renovation
April17, 2013
Page 2
Football Field/Track Renovation project. The work generally includes the following items:
installation of artificial turf for the football field including drainage and sports lighting; two new
drainage wells; new 8 lane track; renovation of the existing bleacher building with ADA
upgrades, including restrooms, concession and control room.
During the bid process for Invitation to Bid (ITS) No. 049-2013TC, the Procurement Division
received numerous questions that requested clarification or additional information as it pertained
to artificial turf specifications contained in the released ITB. After several meetings and
discussions on the topic, on March 22, 2013, the Administration, after requesting legal
clarification regarding sole source requirements, identified that FieldTurf Revolution® artificial
turf was the product that would be allowed for installation at the Flamingo Football Field and no
other product substitutions would be permitted pursuant to Section 00300, Instructions to
Bidders, of the ITB. After review of questions received and considering the project Engineer of
Record's recommendations and concurrence by staff, Addendum No. 8 was released on March
22, 2013, amending the specification section 02925 to identify FieldTurf Revolution by FieldTurf
International, Inc. as the product for the artificial turf and allowing for no substitutions.
FieldTurf Revolution is a state-of-the-art product as noted by our project Engineer of Record
(A/E). The manufacturer utilizes ridged monofilament fibers extruded from a proprietary polymer
with Ultra Violet (UV) inhibitors. The fibers are tufted into a porous backing and sealed in a
configuration that assures maximum drainage capabilities. Finally, the installed turf is installed
with a three (3) layer infill system of cryogenic rubber and silica sand that provides the best
combination of safety and playability. Many of these processes and configurations are patented
by Fieldturf making it problematic to find an equivalent competitive product.
FieldTurf is a leading manufacturer in the turf industry with longstanding results in hundreds of
fields nationwide. FieldTurf is the artificial surface of choice in the National Football League with
seven (7) NFL stadiums and over a dozen NFL practice fields, as well as the Hall of Fame Field
and the Pro Bowl. FieldTurf is also utilized by over 150 colleges including major programs such
as Oregon, Texas, Michigan, Washington, Nebraska, Maryland, Iowa, Boston College and many
others. In addition to their leadership in the industry, Fieldturf carries an eight (8) year warranty
backed by a $32 million insurance policy, to support the company's warranty for all its products,
which is unmatched in the industry. FieldTurf was the first company in the artificial turf industry
to introduce an insured warranty in 1999. Within the artificial turf industry an insured warranty
has become a necessity. With FieldTurf's industry leading warranty protection, there is no
deductible, no limit per claim, and no retention. Most importantly, FieldTurf fields are
automatically covered for 8 years upon issuance of the Warranty Certificate and no reporting is
required -meaning that all FieldTurf fields are covered.
ITB PROCESS
Invitation to Bid (ITS) 049-2013TC was issued on January 31, 2013, with an opening date of
March 29, 2013. The pre-bid conference was held on February 13, 2013. During the pre-bid
conference, prospective bidders were instructed on the procurement process and the
information their respective proposals should contain.
The Public Group issued bid notices to 79 prospective bidders of which 27 accessed the
advertised solicitation. In addition, 185 vendors were notified via email, which resulted in the
receipt of the following eight (8) proposals:
• BDI Construction Company
• Burke Construction Group, Inc.
• Caribe Utilities of Florida, Inc.
364
Commission Memorandum-ITB 049-2013TC-Flamingo Park Football Field/Track Renovation
April17, 2013
Page 3
• Carivon Construction Co.
• CSR Heavy Construction, Inc.
• TC & F Builders Corp.
• TGSV Enterprises, Inc.
• West Construction, Inc.
Through the Procurement Division's review of each bid for responsiveness, Caribe Utilities of
Florida, Inc., the lowest bidder, with a total base bid of $1,946,715, was deemed nonresponsive
for failing to provide a general contractor license as - a mandatory requirement of the ITB.
Also, Carivon Construction Co. was deemed nonresponsive for failing to submit, with their bid or
after request by the City, required information, including, but not limited to: licenses, references,
and other solicitation requirements.
As a result, the following table provides the proposed total base bid prices, with and without
alternates, of the six (6) responsive bids:
TC&F Builders Corp.
TGSV Enterprises, Inc.
Burke Construction Group, Inc.
BDI Construction Company
CSR Heavy Construction, Inc.
West Construction, Inc.
Total Base Bid
$2,038,000.00
$2,145,000.00
$2,192,873.09
$2,239,775.00
$2,266,016.00
$2,394,360.10
Total Base Bid w/Aiternates
$1,986,000.00
$2,026,370.00
$2,125,301.09
$2,158,275.00
$2,191 ,699.00
$2,310,620.10
The Administrative Review Panel consisted of the following individuals and convened on April 4,
2013, to interview the responsive bidders:
• Carla Dixon, Capital Projects Coordinator, CIP
• Julio Magrisso, Assistant Director, Parks and Recreation
• Andrew Plotkin, Parks Facilities Manager, Parks and Recreation
• Matilde Reyes, Senior Capital Projects Coordinator, CIP
The Panel evaluated each bid based on the following criteria:
• 50 Points -Base bid price;
• 20 Points-Interview of key personnel;
• 10 Points -Risk assessment plan/value added submittals;
• 10 Points -Past performance evaluation surveys;
• 10 Points -Qualifications of bidder;
• 5 Points -Local preference for Miami Beach-based vendors;
• 5 Points-Preference for Florida small businesses owned and controlled by veterans
and to state-certified service-disabled veteran business enterprises.
Upon completion of the interviews, the Panel discussed each prospective bidder's qualifications,
experience, and competence to score and rank the firms pursuant to the evaluation criteria
noted in the ITB, especially relative to the ITB requirement that bidders have experience with
similar (size & scope) projects for field and track installations, and related scope requirements.
CSR Heavy Construction, Inc. received three of four first-place votes for contract award as
noted below, as the contractor that demonstrated the most extensive knowledge and experience
with similar projects:
365
Commission Memorandum-ITB 049-2013TC-Flamingo Park Football Field/Track Renovation
Apri/17, 2013
Page 4
As to the bidders that submitted the lower base bids, TC&F Builders Corp. did not document
sufficient experience similar to the ITS's scope. In addition, TC&F's limited capability raised
concerns of a potential risk to completing the project on time. TGSV Enterprises, Inc.
demonstrated limited similar project experience and proposed to sub-contract the majority of the
work on this project. Burke Construction Group, Inc. presented experience with parks but had
no experience with the installation of artificial turf, tracks or drainage. While BDI Construction
Company demonstrated preparedness and proposed a good proactive construction plan, again
BDI Construction had limited experience with the installation of artificial turf and tracks. The
Panel concluded that CSR demonstrated the most extensive experience with the installation of
artificial turf and track surfacing on various projects including Daytona Municipal Football Field
and FAU Track & Field. CSR has acknowledged the construction contract requirements of 120
calendar days duration to achieve substantial completion and the amount of liquidated damages
recoverable for each calendar day the Contract is delayed. For more information on CSR, see
Attachment B.
COST ANALYSIS
The base bid amount submitted by CSR Heavy Construction, Inc., the fifth highest bidder, was
15% over the AlE estimate of probable construction cost of $1,928,900. The deductive alternate
for the 6 lane track identified by the AlE of Record was not elected.
Bids received were within the range of 5% to 19%, with the lowest base bid result within the 5%
tolerance from the AlE Estimate of Probable Construction Cost (see Attachment A) as identified
in C3TS' Professional Service Agreement with the City.
The conceptual level budget as identified in the Basis of Design Report (BOOR) was
$1,330,000. The current bid results are higher and C3TS, the AlE of Record, identified the
following factors which impacted the results:
• Project schedule was limited to 120 calendars day duration to achieve substantial
completion, which is aggressive in order to meet the start of football season. FOOT Right
of Way Improvement impacts site access.
• Two (2) drainage wells were required by Public Works during permit approval process.
• Neighborhood and Park patrons requested that the track be designed and warranted for
bicycle and roller blade use; therefore, the track material will meet those requirements
and provide an enhanced seven (7) year warranty.
• The football field artificial turf manufacturer selected for this project provides an eight (8)
year warranty backed by a $32 million insurance policy to
• Allowance was added to the budget to cover replacement of unsuitable soils.
• A flagpole and field graphics were included in the project scope.
• Current market conditions and price escalation since the BOOR was prepared in 2009.
366
Commission Memorandum-ITB 049-2013TC-Flamingo Park Football Field/Track Renovation
April17, 2013
Page 5
Pursuant to the Procurement Division's review and acceptance for responsiveness of the bids
submitted, the bid price information from the lowest responsive bidder to the highest responsive
bidder is tabulated below. The table also shows the percentage over the estimate prepared by
the Engineer of Record as follows:
Bid
Proposal AlE Estimate Bid# 1 Bid#2
5%
CITY MANAGER'S DUE DILIGENCE
Bid#3 Bid#4 Bid#5 Bid#6
2% 15%
After considering the review and recommendation of City staff, I have exercised my due
diligence and carefully considered the specifics of this ITS process. As a result, I hereby
recommend to the Mayor and City Commission to award the construction contract to CSR
Heavy Construction, Inc. as the lowest and best responsive bidder and authorize the
Administration to engage in value engineering to further reduce the cost and time for completion
of said project.
I would like take this opportunity to express my concerns with the procurement approach
utilized, an ITS that includes an Administrative Review Panel, which functions in reality as an
RFP process . I have never seen this procedure in any other jurisdiction and neither has the
Procurement Director. I have met with the Procurement Director and the City Attorney's Office
and have directed staff that going forward, the City shall utilize the traditional approach of an
ITS where price is the only factor for evaluation of bids. An RFP should be used if there are
qualitative factors involved in the evaluation process. This will also mean that all RFPs must be
submitted to the Commission for approval prior to issuance, as required by City policy. ITBs are
not brought to Commission prior to issuance.
Despite my misgivings about the process, I do not want to delay this project since quite a bit of
time and effort has been expended to get to this point. I do not want to penalize the students at
Miami Beach Senior High and the Hi-Tide football fans with a further delay in use of their home
stadium this football season.
CONCLUSION
The Administration recommends the award of the contract to CSR Heavy Construction, Inc. the
lowest and best responsive bidder, pursuant to Invitation to Bid (ITS) 049-2013TC, for the
Flamingo Park Football Field/Track Renovation Project, in the amount of $2,266,016; plus
approve a project contingency of 10% for a not-to-exceed grand total of $2,492,618; further
authorizing the Administration to engage in value engineering to further reduce the cost and
time for completion of said project.
ATTACHMENTS
• Attachment A-AlE Estimate of Probable Construction Cost
• Attachment B-CSR Heavy Construction, Inc. Portfolio
JLM/JGG/FV/AD
T:\AGENDA\2013\April '17\FLAMINGO PARK FOOTBALL FIELDIITB 049-2013TC-FLAMINGO FOOBALL TRACK RENOVATION-MEMO.docx
367
I-PRELIMINARY CONSTRUCTION COST ESTIMATE
Project Flamingo Park Football Field and Track Improvement Project
Base Bid 8 Lane Track
Stan tee
City of Miami Beach
C3TS Project No.: 01317-016
COD COMPONENT DESCRIPTION QUANTITY
Phase: 100% Submittal
Estimate Date: March 29, 2013
UNIT UNIT PRICE SUBTOTAL
1 FOOTBALL FIELD/TRACK IMPROVEMENTS· Base Bid 8 Lane
1.0 Demolition
1.1 Clear and Grubinq
2@
2.500.00 10,000
R 1.2 Excavate for Field ~ Sub total
I
2.0 Amenities ~ 2.1 Artificial Turf 1 LS
2.2 Track Asphalt 20 SY .
2.3 Track Coating 55 SY 4.825.00 265,375
2.4 Football Goals 2 EA 5,000.00 10,000
2.5 Fencing 2,062(F 12.00 24,744
2.6 Flag Pole 5,000.00 5,000
Sub total
I
3.0 Drainaae ~ 3.1 Exflltration Trench 80.00
3.2 SoHd Drainage Pipe
3.3 CS-Type C
3.4 Drianaoe Well 2 EA
3.5 Deck Drain and Piping 350 F
3.6 Curbino 350 LF
Sub total
2 FOOTBALL FIELD/TRACK !Mi '"'"~"•~•·II::S •
ELECTRICAL
Upgrade Field Sports lighting
2.1 Removal of existing lights (8 poles) 8 EA
2.2 Musco Lighting and controls 1 LS
~ 1 EA
Pole wires from electrical room -No.4 AWG Cooper in 2" 8,000 FT
PVC
2.5 1500W Sports light rack per pole 8 EA
2.6 Relocate electrical boxes in conflict with eight lane track 1 LS
2.7 New Scoreboard 1 LS
Sub total
1 LS
1 LS
y 1 LS -3.4 Aluminum railings ~ 3.5 Interior framing, durock
3.6 Ceramic tile walls and floor
3.7 New roof over restroom, concession, electrical room F
3.8 New stucco and stucco repair 1 LS
3.9 Paint interior I exterior
I 3.101 Custom precast aggregate panels to match existing
I 3.111 Roll up door-concession
Flamingo Park Footlmil Fisld and Track Project
C3TS ~
1 LS
1 LS
1 EA
368
38,000.00 76.000
10.00 3,500
20.00 7,000
600.00 4,800
7,475.00 7,475
10.00~1§t-10,000
2. 20,000
== 5,175.00 =ii 12,000.00
34,051.00
12.000.00 12,000
14.000.00 14,000
8,500.00 8,500
16,500.00 16,500
4,500.00 4,500
14,000.00 14,000
~500
,500
16,000.00 16,000
18.000.00 18,000
3,000.00 3,000
TOTAL
1
156,500
129,726
Page 1of 2
I -PRELIMINARY CONSTRUCTION
Project Flamingo Park Football Field and Track Improvement Project
Base Bid 8 Lane Track
City of Miami Beach
C3TS Project No.: 01317-016
Phase: 100% Submittal
Estimate Date: March 29, 2013
QUANTITY UNIT UNIT PRICE SUBTOTAL
fi 2 EA 450.00
6 EA
3.13 Storefront System -Announcer Booth 1 LS 16,000.00 16,000
3.14 Millwork 1 LS 650.00 650
Sub total
4 BLEACHERS BUILDING RENOVATION-ELECTRICAL
~ 600 Amp Main Distribution Panel ,500.00 6,500
Concession lights 2 0.00 1,000
Restroom Uqhts 5 EA .00 2,000
4.4 Announcer Booth Lights 2 EA 1,000
4.5 Exerior Lights 6EA
4.6 Telephone Outlet 3 EA
4.81 Rou: electr~al t== 11 EA
500 FT 1,750
1 LS 8,500
5 BLEACHERS BUILDING RENOVATION-MECHANICAL
&PLUMBING
5.1 Plumbing -fixtures -water closets 8 EA 1,500.00 12,000
5.2 Plumbing-fixtures-lavatories 7 EA 800.00 5,600
-fixtures -urinals 2 EA 1,200.00 2,400
2 EA ~ 5.5 Plumbing-pipino-drains-hose bibs 1 LS
5.6 Mechanical -fans 5 EA 1.500.00 7,500
5.7 Mechanical -grH!s 5 EA 240.00 1,200
5.8 Mechanical -AIC mini split l::t:a 7,000
5.9 Mechanical -Refrigerant piping -ductwork-condensate 2,000
5.10 Controls 2,000
Sub total
Sub Total
Overheadand Profit
Contingency
TOTAL PROBABLE CONSTRUCTION COST
Pmk Football Field one Track Pro;e::t
Stan tee
369
I I
I I
I I
TOTAL
168,250
25,350
50,050
$1,928.900
$192,890
Page 2of 2
, l
"Family Owned and Operated"
Since 1973
General Contractors -Site Contractors
Earthwork-Clearing -Underground Utilities • Paving
To: City of Miami Beach
1700 Convention Center Drive
Miami Beach, FL 33139
RE: Flamingo Park Football Field/Track Renovation Project I ITB No. 49-20 13TC
CSR Heavy Construction A Florida Corporation Founded in 1973, is a third generation
family construction company with origins based post World War II metropolitan Detroit, ML
CSR relocated to South Florida in the early 1970's and has rapidly become one of the top
"turnkey'' sitework contractors in the area. Our Company provides over 40 years experience in
the construction industry specializing in: site clearing/debris removal, grading and excavating,
lake excavations, roadway construction including street, highway and parking lot construction,
storm drainage, utilities, and environmental/mitigation work.
We have also distinguished ourselves as a specialty contractor of athletic track and fields. Our
resume includes work on many fields, most notably the recently completed Orange Bowl
Committee Carter Park, as well as FAU and Daytona Municipal Stadium. We are proud that our
resume of completed athletic construction has afforded L1S the opportunity of working with the
industry's leading al'tificial turf ~md track surfacing companies.
A true benefit of working with CSR Heavy is the hands on approach you receive. I am
personally involved in every aspect of the job process ti·om the estimating, through the actual on-
site work, to the job close-out.
We are located in Broward County and therefore our physical proximity, as well as our local
contacts, distinguish us fi·om other contractors. Furthermore, CSR Heavy great pride in
working on local community projects.
We are proud to be recipients of the following awards:
-2005 Associated General Contractors Build Florida Award for a .specialty contractor, on
projects over $1,000,000for the Joseph L. Geriatric Morse Center
-2007 Associated General Contractors Build Florida Award for a specialty contractor, on
projects over $1, 000,000 for the F'A U Track & Field
-2008 Associated Building Contractors of FL "Award of~xcellence "for Public Works projects
between $5,000,000-$15,000,000.for the Mitigation Operation Center
-2008 American Legion "Brick" Dedication, pro-bono community project
We are cont1dent tlmt our contracting experience> our exemplary safety record, and our
personalized delivery separates CSR from our competition.
President
90 Southeast Third Court
Deerfield Beach, FL 33441
Phone: 954.421.1264
954.421.1601
370
CGC021743
CGC033948
CGC046079
cc 88-1017
j
, I
1
I :
. ' t ;
I
' ! ,
RECENTLY COMPLETED PROJECTS:
ATHLETIC TRACK & CONSTRUCTION I PARI<S
Contract
Owner/Client
*Orange Bowl Carter Park City of Ft. Lauderdale $2,300,000 JAN 20 3
*CGRS Track & Field Cardinal Gibbons $1,500,000 JAN 2013
*Belen Track & Field Belen Jesuit Prep School $765,000 AUG 2012
St. Andrews Track St. Andrews School $546,500 NOV 2011
*Calvary Track & Field Calvary Chapel Ft. Laud $1,300,000 NOV 2011
SW 1 011! St/Linear Park City Deerfield Beach $206,600 MAR 2011
*Daytona Municipal Stadium City of Daytona Beach $800,000 JUL 2010
*CCHS Track & Field RDC $421,435 MAR 2010
*DBHS Track & Field RDC $442,560 NOV 2009
St. Elizabeth School St. Elizabeth $350,000 SEP 2009
Zinkil Park City of.Hollywood $58,199 FEB 2009
Pinecrest School Synthetic Turf Int'l $16,595 NOV 2008
Boca Greens Sports Turf One $90,000 JUL 2007
Jupiter Comnmnity Park Sports TurfOne $467,184 MAY 2007
*FA U Track & Field James A. Cummings $1,578,272 JAN 2007
North Broward Prep School Seawood/Catalfmno $659,020 SEP 2004
McKeithen Park Pavilion City of Deerfield Beach $264,458 MAR 2003
Westside Park Playground City of Deerfield Beach $260,000 .TUN 2002
Sable Pines Park City of Coconut Creek $693,827 JAN 2001
Ft. Riverbend/Hockey Rink City of Deerfield Beach $398,131 JUL 2001
*Photos attached
371
w ....... f\) Carter Park Print #130125002 Date: 01/25113 Lat!Lon: 26.135282 -80.162281 A.o.ri~l Dh.ntt'V'IIr~Mu In~"'> Ol:.A_~Q_fi.A'!l.A
C\l<'Jr::: "' o:;t.,.....(.O C(
N'LOO'l "' LON a ~ C\1-..;r
1'--1'--c:i
OOco ..;
C\1 " I u
0 ,.... Cl) 0'>
t %1ijgj .!i .so gs 1 ..... .....
0... tci c
~ C\1 ~ i:::
~ i a
1'0 i\ -I 'I:
Q
~
373
CON<D "' f--,,-O"l (I o ........ m " (O(Or-c; N~$f ~ r--.r--.o
OOop <I u C\l .. 0 ,... (L) .,....
%ctj(") (
....,oiJ5 .5
c (0 1 ·;:: f'-.
0.. 1.1') ' ~ C\1 •
c ~
0 c
~ ..c a
'"5 ...J 't a •
374
w ....... CJ1 Calvary Chapel Track & Field Print #111 010004 Date: 1 0/1 0/11 Lat!Lon: 26.203646-80.178364 --~ari~l Dhntn..nr~nh\.1 [nr-. or:.ll_I::..CJ:t.J\.JIQA
376
E
:J :a
0 ~
0
0. ·-u
'2 :s
::E
0 c
0
~
0 c
w ....... ....... CCHS Track & Field Renovation Print #1 00407195 Date: 04/07/1 0 Lat!Lon: 26247686-80.184883 ~ori-::.1 Dhn+r..nr":).n.hu Jnr-Ql:JI_t::.~_(\JIQA
Cl)O)C.O " C\JOO o-l{J Cl
00 rooo s 0~;: a
{I C\J ' IJ .,.....o ..; .. or l(
Ill~ 0
1aw (
om .5
O'l ~ C\1
c.D
C\1 ~
c ]
~ l a
--l
378
379
..--1'-
-.;f"O O(X)
COo o.._ ..--......
00 1'-.• ~.$ ...... co
.§ 0
0...