Loading...
2004-25736 Reso RESOLUTION NO. 2004-25736 A RESOLUTION OF THE MAYOR AND COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, RATIFYING A CONTRACT, IN THE AMOUNT OF $50,894, TO CARLOS ALVES, FOR THE INSTALLATION OF MOSAIC TILE ARTWORK ON THE 1000 BLOCK FOUNTAIN ON LINCOLN ROAD. WHEREAS, during the programming and design of the fountain enhancements for Lincoln Road, the complete demolition and replacement of the existing fountains on the 700 and 1000 blocks of Lincoln Road was required to meet the design criteria and fountain performance features, as outlined in the Lincoln Road Lighting and Fountain Enhancement Project; and WHEREAS, as part of the design review process, the finishes of the fountains must be approved by the Historic Preservation Board to obtain a building permit for the work; and WHEREAS, the Historic Preservation Board required that the finishes of the exterior walls, wall cap, and fountain basin of the 1000 Block fountain must be restored using mosaic tile installed by the original artist, Carlos Alves, to be consistent with the original fountain finishes; and WHEREAS, the Mayor and City Commission, at its May 8, 2002 meeting, adopted Resolution No. 2002-24848, which authorized the Property Management Director to serve as the Certified General Contractor for the Lincoln Road Lighting and Fountain Enhancement Project; and WHEREAS, the Property Management Director exercising the authority granted to him by the City Commission, contracted Carlos Alves for the installation of the mosaic tile to comply with the order of the Historic Preservation Board; and WHEREAS, a contract with Carlos Alves, in the amount of $50,894, was executed on May 17, 2004; and WHEREAS, as required by Resolution No. 2002-24848, the Administration hereby requests that the Mayor and City Commission ratify the aforestated contract, which is deemed necessary to continue the work on the Project. NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission hereby ratify a contract, in the amount of $50,894, to Carlos Alves for the installation of mosaic tile artwork on the 1000 Block fountain on Lincoln Road. PASSED and ADOPTED this 10th of November ,2004. ATTEST: ~~ PCGt~ CITY CLERK M:I$CMBIPUBLlC WORKS DEPARTMENTICOMMISSION AGENDA ITEMSINOVEMBER 10, 20041L1NCOLN ROAD TiLElLlncoln Carlos Alva. RESO.doc APPROVED AS TO FORM & LANGUAGE & FOR EXECUTION M1 #tlJuJL- J{C1-?-::o'I City Allorne~ -- ._. CITY OF MIAMI BEACH COMMISSION ITEM SUMMARY ~ - Condensed Title: Ratification of a contract with Carlos Alves, in the amount of $50,894, for the installation of mosaic tile on the 1000 block fountain of Lincoln Road as part of the Lincoln Road Lighting and Fountain Enhancement Proiect. Issue: Shall the City Commission ratify a contract, in the amount of $50,894 with Carlos Alves for the installation of mosaic tile on the 1000 block fountain on Lincoln Road? Item Summary/Recommendation: In accordance with Resolution No. 2002-24848 adopted by the City Commission on May 8, 2002 the Administration, through its Property Management Director, is providing General Contracting services on the Lincoln Road Lighting and Fountain Enhancement Project. Under the provisions of the Resolution, contracts or purchases exceeding $25,000 must be brought to the City Commission for Ratification. With the order from the Historic Preservation Board in requiring the application of mosaic tile on the 1000 Block fountain on Lincoln Road to be done only by the original artist, Carlos Alves, and in accordance with the Resolution, a contract was developed in the amount of $50,894 to Carlos Alves for the installation of the mosaic tile on the 1000 Block Fountain on Lincoln Road. The contract was form approved by the Legal Department on May 17, 2004, and executed by the Mayor and City Clerk as required. The Administration recommends that the Mayor and City Commission ratify the contract with Carlos Alves, for the installation of the mosaic tile on the 1000 Block Fountain on Lincoln Road as part of the Lincoln Road Liohtina and Fountain Enhancement Proiect. Advisory Board Recommendation: I N/A Financial Information: Amount to be expended: D Finance Dept. # 373.2115.069358 Source of Funds: Clerk's Office Le islative Trackin Brad Judd/Bob Halfhill AGENDA ITEM DATE C7H //-/O~~ CITY OF MIAMI BEACH CITY HALL 1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FLORIDA 33139 http://ci.miami -beach. fl. us COMMISSION MEMORANDUM TO: Mayor David Dermer and Members of the City Commission DATE: November 10,2004 FROM: Jorge M. Gonzalez ~.~ City Manager J""' 0 SUBJECT: A RESOLUTION OF THE MAYOR AND COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, RATIFYING A CONTRACT IN THE AMOUNT OF $50,894, TO CARLOS ALVES, FOR THE INSTALLATION OF MOSAIC TILE ARTWORK ON THE EXTERIOR WALLS, WALL CAPS, AND FOUNTAIN BASIN OF THE ORNAMENTAL FOUNTAIN LOCATED AT THE 1000 BLOCK ON LINCOLN ROAD. ADMINISTRATION RECOMMENDATION Ratify the resolution. ANALYSIS The architectural programming and design of fountain enhancements on Lincoln Road included the complete demolition and re-construction of the ornamental fountain on the 1000 block of Lincoln Road. The construction included the complete demolition of the existing fountain and fountain equipment and the installation of new exterior walls of the fountains, pumping equipment that is sufficient to operate the new fountain features, pool lightings, and the associated controls, piping, and electrical conduits required for the construction of the fountain. The existing fotmtain's demolition and design were approved by the Historic Preservation Board for use on Lincoln Road provided the original mosaic tile artist, Carlos Alves, was contracted to restore the exterior, top cap, and fountain basin to the mosaic artist's style and design criteria as per the original fountain. The Mayor and City Commission, at the May 8, 2002 Commission meeting, adopted Resolution No. 2002-24848, which authorized the Property Management Director to serve as the Certified General Contractor for the Lincoln Road Lighting and Fountain Enhancement Project. The Property Management Director exercised the authority given to him by the City Manager and City Commission, and contacted Carlos Alves to provide a quote for scope of work for the project. Because no other options were made available by the Historic Preservation Board, the Property Management Director determined that Carlos Alves was a sole source bidder on the project. A contract was prepared with Carlos Alves, in the amount of $50,894, and was reviewed and form approved by the Legal Department on May 17,2004. The contract was then signed by the artist contractor and executed by the Mayor and City Clerk as required. The Administration recommends that the Mayor and Members of the City Commission of The City of Miami Beach ratify the Property Management Director's contract to Carlos Alves, in the amount of $50,894, for the installation of mosaic tile artwork on the 1000 Block fountain on Lincoln Road as part of the Lincoln Road fountain and lighting enhancement project. JMG/RCM/FB/BAJ C:\My Fi/eslLinco/n Road Commission Memos\Uncofn Fountains Memo.DOC Lincoln Road Lighting & Fountain Enhancement Project, Budget and Project Status Report as of 10/12/04 FUNDING SOURCES FOR LIGHTING & FOUNTAIN ENHANCEMENTS ~ Reso No. Source 3/6/00 2000- General Obligation Bond Program 5/29/02 2002- Redevelopement Agency 9/08/04 2004- Redevelopement Agency Amount $200,000.00 $ 743,636.00 $ 231,508.00 TOTAL PROJECT FUNDING OBTAINED TO DATE .......................................................$1,175,144.00 ARCHITECTURAL & ENGINEERING ENCUMBERED SERVICES THRU 10/12/04 . C3TS Arcnitects, Inc. TOTAL FUNDS REMAINING FOR CONSTRUCTION AS OF 10/12/04 CONSTRUCTION CAPITAL EXPENDITURES THRU 10/12/04 . South Dade Electric, Inc. 60 Light Poles . Veazey Group, Inc. 160 Stanchion Tree Lights . Mercedes Electric Supply, Inc. Misc. Electrical Materials and Supplies . Branching Out, Inc. Underground Drilling Contractor & Light Pole Installer . Legacy Pools, Inc. 700 & 1000 Block Fountain Contractor . Veazey Group, Inc. 165 Tree Uplights . Mobile Storage Group Job Site Container Rental . Carlos Alves. Fountain Artwork TOTAL CAPITAL EXPENDITURES TO DATE LABOR EXPENDITURES TO DATE THROUGH 10/12/04 . Property Management Staff & Temporary Labor, equipment rentals, and miscellaneous materials. TOTAL CONSTRUCTION COSTS THROUGH 10/12/04 BALANCE REMAINING IN PROJECT FUNDS $112,000.00 $1,063,144.00 $86,518.20 45,600.00 80,000.00 135,000.00 105,000.00 50.775.00 2,500.00 51.455.85 $ 556,849.05 $ 319,440.14 $876,289.19 $186,854.91 Proiect Schedule Although some delays were experienced due to Design Review revisions, tropical weather conditions, and subsurface light replacements due to a high failure rate (replaced under manufacturer's warranty), the project is nearing completion with approximately 50 of the 368 lights remaining to be installed. The two fountains and the remaining lighting are anticipated to be substantially completed by November 15th, 2004. C 11'"'l1 <!. Lt..-'YU(... F (u~ t-t-f-:# If- n - J lA t LJ 2. I '1--00 LJ AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND ARTIST CARLOS ALVES FOR THE DESIGN, MATERIALS, AND INSTALLATION OF DECORATIVE MOSAIC TILE IN THE PUBLIC FOUNTAIN AT LENOX AVENUE & LINCOLN ROAD THIS AGREEMENT is made and entered into this 14 day of Mav. 2004, by and I between the CITY OF MIAMI BEACH, FLORIDA (hereinafter referred to as City), having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida, 33139, and CARLOS ALVES (hereinafter referred to as Contractor), whose address is 1157 SW 6TH STREET, MIAMI, FL 33130. SECTION 1 DEFINITIONS Agreement: This Agreement between the City and Contractor. City Manager: The Chief Administrative Officer of the City. General Contractor of Record: For the purposes of this Agreement, the General Contractor of record shall be deemed to be the Property Management Director. Contractor: For the purposes of this Agreement, Contractor shall be deemed to be an independent contractor, and not an agent or employee of the City. Services: All services, work and actions by the Contractor performed pursuant to or undertaken under this Agreement, as described in Section 2 and Exhibit "A" of the Agreement. Fee: Amount paid to the Contractor to cover the costs of the Services. Risk Manager: The Risk Manager of the City, with offices at 1700 Convention Center Drive, Third Floor, Miami Beach, Florida 33139, telephone number (305) 673-7000, Ext. 6435, and fax number (305) 673-7023. 1 SECTION 2 SCOPE OF WORK The scope of work to be performed by Contractor is set forth in Exhibit "A," entitled "Scope of Service&" (Services). SECTION 3 COMPENSATION 3.1 FIXED FEE Contractor shall be compensated for the Services to be provided herein, pursuant to the payment schedule set forth in Exhibit "A." In no event shall the maximum compensation to Contractor exceed the sum of $ 50.893.35. 3.2 INVOICING Contractor shall submit an invoice, which includes the purchase order number and a detailed description of the Services provided. 3.3 METHOD OF PAYMENT Contractor shall be paid for services satisfactorily performed, in the manner set forth in the Payment Schedule in Exhibit "A", attached hereto. Contractor shall submit all invoices for approval prior to payment disbursement, to: City of Miami Beach Property Management 1245 Michigan Avenue Miami, Florida 33139 SECTION 4 GENERAL PROVISIONS 4.1 PUBLIC ENTITY CRIMES A State of Florida Form PUR 7068, Sworn Statement under Section 287.133(3)(a) Florida Statute on Public Entity Crimes shall be filed with the City's Procurement Division, prior to commencement of the Services herein. 4.2 DURATION AND EXTENT OF AGREEMENT The term of this Agreement shall commence upon execution of this Agreement, by all parties hereto, and shall terminate on or before Julv 16th. 2004. 2 4.3 TIME OF COMPLETION The Services to be rendered by the Contractor shall be commenced upon receipt of a written Notice to Proceed from the City, issued subsequent to the execution of the Agreement by the parties here to, Contractor shall thereafter adhere to the work schedule, as referenced in Exhibit "Au hereto. A reasonable extension of time shall be granted in the event the work of the Contractor is delayed or prevented by the City of by any circumstances beyond the reasonable control of the Contractor, including weather conditions or acts of God render performance of the Contractor's services impracticable. 4.4 INDEMNIFICATION Contractor agrees to indemnify and hold harmless the City of Miami Beach and its officers, employees and agents, from and against any and all actions, claims, liabilities, losses, and expenses, including, but not limited to, attorneys' fees, for personal, economic or bodily injury, wrongful death, loss of or damage to property, at law or in equity, which may arise or be alleged to have arisen from the negligent acts, errors, omissions or other wrongful conduct of the Contractor, its employees, agents, sub-consultants, or any other person or entity acting under Contractor's control, in connection with the Contractor's performance of the Services pursuant to this Agreement; and to that extent, the Contractor shall pay all such claims and losses and shall pay all such costs and judgements which may issue from any lawsuit arising from such claims and losses, and shall pay all costs and attorneys' fees expended by the City in the defense of such claims and losses, including appeals. The parties agree that one percent (1 %) of the total compensation to the Contractor for performance of the Services under this Agreement is the specific consideration from the City to the Contractor for the Contractor's Indemnity Agreement. The Contractor's obligation under this Subsection shall not include the obligation to indemnify the City of Miami Beach and its officers, employees and agents, from and against any actions or claims which arise or are alleged to have arisen from negligent acts or omissions or other wrongful conduct of the City and its officers, employees and agents. The parties each agree to give the other party prompt notice of any claim coming to its knowledge that in any way directly or indirectly affects the other party. 4.5 TERMINATION. SUSPENSION AND SANCTIONS 3 4.5.1 Termination for Cause If the Contractor shall fail to fulfill in a timely manner, or otherwise violate any of the covenants, agreements, or stipulations material to this Agreement, the City through its Property Management Director, shall thereupon have the right to terminate the Services then remaining to be performed. Prior to exercising its option to terminate for cause, the Property Management Director shall notify the Contractor of its violation of the particular terms of this Agreement and shall grant Contractor seven (7) days to cure such default. If such default remains uncured after seven (7) days, the City, upon three (3) days' notice to Contractor, may terminate this Agreement and the City shall be fully discharged from any and all liabilities, duties and terms arising out of/or by virtue of this Agreement. Notwithstanding the above, the Contractor shall not be relieved of liability to the City for damages sustained by the City by any breach of the Agreement by the Consultant. The City, at its sole option and discretion, shall additionally be entitled to bring any and all legal/equitable actions that it deems to be in its best interest in order to enforce the City's right and remedies against the defaulting party. The City shall be entitled to recover all costs of such actions, including reasonable attorneys' fees. To the extent allowed by law, the defaulting party waives its right to jury trial and its right to bring permissive counter claims against the City in any such action. 4.5.2 Termination for Convenience of City THE CITY THROUGH ITS PROPERTY MANAGEMENT DIRECTOR MAY ALSO, FOR ITS CONVENIENCE AND WITHOUT CAUSE, TERMINATE THE SERVICES THEN REMAINING TO BE PERFORMED AT ANY TIME DURING THE TERM HEREOF BY GIVING WRITTEN NOTICE TO CONTRACTOR OF SUCH TERMINATION, WHICH SHALL BECOME EFFECTIVE FORTY-FIVE (45) DAYS FOLLOWING RECEIPT BY THE CONTRACTOR OF THE WRITTEN TERMINATION NOTICE. IN THAT EVENT, ALL FINISHED OR UNFINISHED WORK AND OTHER MATERIALS, AS DESCRIBED IN SECTION 2 AND IN EXHIBIT "A", SHALL BECOME PROPERTY OF THE CITY AND SHALL BE PROPERLY ASSEMBLED AND DELIVERED TO THE CITY AT CONTRACTOR'S SOLE COST AND EXPENSE. IF THE AGREEMENT IS TERMINATED BY THE CITY AS PROVIDED IN THIS SUBSECTION, CONTRACTOR SHALL BE PAID FOR ANY SERVICES SATISFACTORILY PERFORMED, AS DETERMINED BY THE CITY AT ITS DISCERTION, UP TO THE DATE OF TERMINATION PROVIDED THAT CONTRACTOR HAS SATISFACTORILY COMPLIED WITH THE REQUIREMENTS OF THIS SUBSECTION 4.5.2. PERTEINING TO ASSEMBLY/ DELIVERY OF WORK AND MATERIALS TO THE CITY. 4 4.5.3 Termination for Insolvencv The City also reserves the right to terminate the remaining Services to be performed in the event the Contractor is placed either in voluntary or involuntary bankruptcy or makes an assignment for the benefit of creditors. In such event, the right and obligations for the parties shall be the same as provided for in Section 4.5.2. 4.5.4 Sanctions for Noncompliance with Nondiscrimination Provisions In the event of the Contractor's noncompliance with the nondiscrimination provisions of this Agreement, the City shall impose such sanctions as the City or the State of Florida may determine to be appropriate, including but not limited to, withholding of payments to the Contractor under the Agreement until the Contractor complies and/or cancellation, termination or suspension of the Services. In the event the City cancels or terminates the Services pursuant to this Subsection the rights and obligations of the parties shall be the same as provided in Section 4.5.2. 4.6 Chanaes and Additions Changes and additions to the Agreement shall be directed by a written amendment signed by the duly authorized representatives of the City and Consultant. No alteration, change, or modification of the terms of this Agreement shall be valid unless amended in writing, signed by both parties hereto. 4.7 AUDIT AND INSPECTIONS At any time during normal business hours and as often as the City may deem necessary, there shall be made available to the City and/or such representatives as the City may deem to act on its behalf, to audit, examine and make audits of all contracts, invoices, materials, payrolls, records of personnel, conditions of employment and other data relating to all matters covered by this Agreement. Contractor shall maintain any and all records necessary to document compliance with the provisions of this Agreement. 4.8 ACCESS TO RECORDS Contractor agrees to allow access during normal business hours to all financial records to the City and/or such authorized representatives as it may deem to act on its behalf, and agrees to provide such assistance as may be necessary to facilitate financial audit by the City or its representatives when deemed necessary to insure compliance with applicable accounting and financial standards. Contractor shall allow access during normal business hours to all other records, forms, files, and 5 documents which have been generated in performance of this Agreement, to those personnel as may be designated by the City. 4.9 ASSIGNMENT. TRANSFER OR SUBCONTRACTING The Contractor shall not subcontract, assign, or transfer any work under this Agreement without the prior written consent of the Property Management Director. 4.10 SUB-CONTRACTORS The Contractor shall be liable for the Contractor's services, responsibilities and liabilities under this Agreement and the services, responsibilities and liabilities of sub-contractors, and any other person or entity acting under the direction or controls of the Contractor. When the term "Contractor" is used in this Agreement, it shall be deemed to include any sub-contractors and any other person or entity acting under the direction or control of Contractor. All sub-contractors must be approved of in writing prior to their engagement by Contractor. 4.11 EQUAL EMPLOYMENT OPPORTUNITY In connection with the performance of this Agreement, the Contractor shall not discriminate against any employee or applicant for employment because of race, color, religion, ancestry, sex, age, and national origin, place of birth, marital status, or physical handicap. The Contractor shall take affirmative action to ensure that applicants are employed and that employees are treated during their employment without regard to their race, color, religion, ancestry, sex, age, national origin, place of birth, marital status, disability, or sexual orientation. Such action shall include, but not be limited to the following: employment, upgrading, demotion, or termination; recruitment or recruitment advertising; layoff or termination; rates of pay, or other forms of compensation; and selection for training, including apprenticeship. 4.12 CONFLICT OF INTEREST The Contractor agrees to adhere to and be governed by the Metropolitan Miami-Dade County Conflict of Interest Ordinance (No. 72-82), as amended; and by the City of Miami Beach Charter and Code, which are incorporated by reference herein as if fully set forth herein, in connection with the Agreement conditions hereunder. The Contractor covenants that it presently has no interest and shall not acquire any interest, direct or indirectly which should conflict in any manner or degree with the performance of the Services. The Contractor further covenants that in the performance of this Agreement, no person having any such interest shall knowingly be employed by the Consultant. No member of or delegate to the 6 Congress of the United States shall be admitted to any share or part of this Agreement or to any benefits arising there from. 4.13 PATENT RIGHTS: COPYRIGHTS: CONFIDENTIAL FINDINGS Any patentable result arising out of this Agreement, as well as all information, design specifications, processes, data and findings, shall be made available to the City for public use. No reports, other documents, articles or devices produced in whole or in part under this Agreement shall be the subject of any application for copyright or patent by or on behalf of the Contractor or its employees or subcontractors. 4.14 NOTICES All notices and communications in writing required or permitted hereunder may be delivered personally to the representatives of the Contractor and the City listed below or may be mailed by registered mail, postage prepaid (or airmailed if addressed to an address outside of the city of dispatch). Until changed by notice in writing, all such notices and communications shall be addressed as follows: TO CONTRACTOR: Carlos Alves 1157 SW 6th Street Miami, fl33130 TO CITY: Property Management Department Attn: Brad Judd 1245 Michigan Avenue Miami Beach, Florida 33139 (305) 673-7000 X-2984 Notices hereunder shall be effective: If delivered personally, on delivery; if mailed to an address in the city of dispatch, on the day following the date mailed; and if mailed to an address outside the city of dispatch on the seventh day following the date mailed. 7 4.15 LITIGATION JURISDICTIONNENUE This Agreement shall be enforceable in Miami-Dade County, Florida, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein, exclusive venue for the enforcement of same shall lie in Miami-Dade County, Florida. 4.16 ENTIRETY OF AGREEMENT This writing and the Services embody the entire Agreement and understanding between the parties hereto, and there are no other agreements and understandings, oral or written with reference to the subject matter hereof that are not merged herein and superceded hereby. 4.17 LIMITATION OF CITY'S LIABILITY The City desires to enter into this Agreement only if in so doing the City can place a limit on the City's liability for any cause of action for money damages due to an alleged breach by the City of this Agreement, so that its liability for any such breach never exceeds the sum of $1,000. Contractor hereby expresses its willingness to enter into this Agreement with Consultant's recovery from the City for any damage action for breach of contract to be limited to a maximum amount of $1 ,000. Accordingly, and notwithstanding any other term or condition of this Agreement, Contractor hereby agrees that the City shall not be liable to the Contractor for damages in an amount in excess of $1,000 for any action or claim for breach of contract arising out of the performance or non-performance of any obligations imposed upon the City by this Agreement. Nothing contained in this paragraph or elsewhere in this Agreement is in any way intended to be a waiver of the limitation placed upon the City's liability as set forth in Section 768.28, Florida Statutes. [REMAINDER OF PAGE INTENTIONALLY LEFT BLANK] 8 IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by their appropriate officials, as of the date first entered above. FOR CITY: CITY OF MIAMI BEACH, FLORIDA ATTEST: By: ~~~~ City Clerk FOR CONSULTANT: ('AYl~ !fL:yttF S C ~1}lcLetff--) (TITLE) 9 Mayor Carlos Alves 3e~~ TNESS tL;;;;:; APPROVED M TO FORM & LANGUAGE & FOR EXECUTION d!q ~L-61-0,( City ate ~e/~6/2~03 17:05 3053260833 CARLOS ALVES INC -" .. ,.:~ J' ''';:' carlos ~s l1S7 SW 6111. Street Miami, I'L 33130 308.386.0800, fax.30S.3B6.0833 x- TO: Oity of Miami Beach Property ManB4ement AttD: Brad Judd lUll: Mosaic Tne I'ountain @ Lenox 4r Lincoln !load Proje~ Description: a) All areas to be tiled using a variety of mosa.ic techniques utilizing commercial and handmade-glazes tiles. b) Outside area. of fountain to use relief aquatio fish and marine life. c) Bull nose-caps are to be hand painted and pla.ced around both of the top edges and ruled with color coord1na.te mosaic tiles. d) The top of coping inside wall and floor area. of fountain to be tiled and grouted with a. smooth f1nish. e) The inside floor area. will gradua.te from dark colors to lighter hues toward the edge of the fountain. TIMBLIJn:: The work is to take place a.pproxima.tely 3 to 4 weeks, depending on weather elements, drying and curing times. Grout colors are to be in the blue tones. It 1'/ ! ;1'-;/ /:','7 151ft; b/ I r7 PAGE 01/02 _____~8/~5/2e~3 17:05 3053250833 CAP[,OS ALVES IHC -' -.-'-. The grout will be an epoxy grout used dea.li.ng with chlorine issues, ie. Wa.ter. CaI'los Alves cont. Measurement: 30' Diameter concrete oircle fOUJltaiD Wa1l8 are 88" in height 1) OD (outside wall) 196.76 sq.ft. x $75.00=$14,718.75 II) m ( inside wall) 190.49 sq.fti. x $45.00=' $8,572.05 3) Copiq (top area) 109.27 sq.ft. x $46.00:$4,927.05 4) I'loor Area (budde) 615.44 sq.ft.x $45.00= $22,675.50 payment Schedule: Deposit / Retainer: $20,000.00 2nd Installment one-half completion of project: $16,000.00 FinaJ. payment upon completion: $15,893.35 ff lEdhT III! PAGE ~2/~2 . . . . . Page 1 of 1 Parcher, Robert From: Alemany, Vivian Sent: Thursday, May 27, 2004 8:47 AM To: Parcher, Robert Subject: Linclon Road Fountain Project Bob, good morning, The Carlos Alves document that Mercy gave you to sign is part of the Lincoln Road project for which the Commissioners gave Brad authority to negotiate contracts. I don't have copy of the resolution but the memo was done May 8, 2002. These contracts go after the fact for ratification. If you have any question please feel free to call me or Brad. Thank you very much, la .,.,. Viviana Alemany Construction l\.1anager Proper~y Management Division (305)673-7000 X-2968 (305)673-7650 Fax fW0 6/1/2004