Loading...
Res. No. 139-08-12736A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, AUTHORIZING THE CITY MANAGER TO ISSUE A WORK ORDER TO CORZO CASTELLA CARBALLO THOMPSON SALMAN, P.A. (C3TS) FOR CONSTRUCTION PHASE SERVICES FOR SUNSET DRIVE IMPROVEMENTS -PHASE II IN AN AMOUNT OF $23,740 TO BE CHARGED TO FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION (FDEP) GRANT ACCOUNT NUMBER 106 -1726- 536 -3451; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the Mayor and City Commission wishes to provide infrastructure improvements at City of South Miami City Hall public parking, as well as on streets adjacent to City Hall and Public Library (known as Sunset Drive Improvements Phase ll); and WHEREAS, the Mayor and City Commission wishes to secure the services of C3TS for profession engineering services for the construction phase services for the Sunset Drive Improvements Phase II project; and WHEREAS, the total cost of the professional services will be $23,740 funded through the FDEP Grant account number 106 -1726- 536 -3451. NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OT THE CITY OF SOUTH MIAMI, FLORIDA THAT: Section 1: The City Commission authorizes the City Manager to execute a professional service work order with C3TS in an amount of $23,740.00 for the Sunset Drive Improvements Phase II construction phase services. Section 2: The total cost of the professional services will be $23,740 funded through the FDEP Grant account number 106 - 1726 -536 -3451 with the current account balance of $25,000.00 Section 3: The attached exhibit is incorporate by reference into this resolution. PASSED AND ADOPTED this day of , 2008. ATTEST- _ �I a4l;w- d—ITY CLERK READ AND APPROVED AS i FOR] I� ' ORNEY APPROVED: /1 ,, _ MAYOR COMMISSION VOTE: Mayor Feliu: Vice Mayor Beasley: Commissioner Wiscombe: Commissioner Palmer: Commissioner Beckman: 4 -0 Yea Yea Yea absent Yea South Miami AR-Amadca CRY Iy V CITY OF SOUTH MIAMI , OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM 2001 To" The Honorable Mayor & Members of the City Commission Via: W. Ajibola Balogun, City Manager From: Jose Olivo, P.E. Public Works & Engineering Department es Date: August 19, 2008 Agenda Item No•: W Subject: Approval of Professional Service Work Order. Request: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, AUTHORIZING THE CITY MANAGER TO ISSUE A WORK ORDER TO CORZO CASTELLA CARBALLO THOMPSON SALmAN, P.A. (C3TS) FOR CONSTRUCTION PHASE SERVICES FOR SUNSET DRIVE IMPROVEMENTS-PHASE 11 IN AN AMOUNT OF $23,740 TO BE CHARGED TO FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION (FDEP) GRANT ACCOUNT NUMBER 106-1726-536-3451; PROVIDING FOR AN EFFECTIVE DATE -Authorizing the City Manager to approve -professional service work order for - Sunset Drive Improvements -Phase 11 construction phase services. Reason/Need: As one of the City's General Engineering Services consultants and the design engineers for the Sunset Drive Improvements, C3TS has submitted the attached proposal for the Construction Phase Services for the project. C3TS' services will include: performing construction engineering inspections; review of all shop drawings; responding to all Request for Information (RFI); review of "As-built" drawings; reviewing of contractor's application for payment; review and processing of all Work Order Directives to the contractor; performing construction close-Put services; and to issue Certificate of Completion. Cost: $23,740.00 Funding Source* $23,740 will be funded through the Florida Department of Environmental Protection (FDEP) Grant account number 106-1726-536-3451 with the current account balance of $25,000.00. Agenda Item No.: C3TS Agreement for Sunset August 19, 2008 Backup Documentation: U Proposed Resolution (3 C3TS' Work Order for Professional Services Q C3TS' Professional General Engineering Service Agreement El C3TS' Amendment to Continuing Professional Services Page 2 of 2 WORK ORDER FOR PROFESSIONAL SERVICES GUS TO: City of South Miami Date: 06/23/08 6130 Sunset Drive File: 192926 South Miami, Florida 33143 ATTENTION: W. Ajibola Balogun, City Manager PROJECT NAME: Sunset Drive Improvements — Phase 11 Engineers (Parking Lots & Drives Around City Hall) Architects Planners City of South Miami, Florida Construction Phase Services SCOPE OF SERVICES These construction phase services shall be in conjunction with extension via change order of Phase I construction currently underway by M. Vila & Associates. Construction Services: 9. Assist in obtaining and reviewing all documents needed in executing the change order between the City and the Contractor. 2. Attend pre-construction conference. EB0005022 3. Attend weekly project meetings and prepare minutes. AAC002142 4• Answer contractor RFI's and issue clarifications as needed. 5. Perform Construction Engineering Inspections (20 hrs. minimum per week — half time Resident Inspector). 6. Review and approve / disapprove all shop drawings. 7. Review the Contractor's Application for Payment and submit recommendation to the City. 8--_ Review and..process Change Order requests. 9. Perform project closeout with Contractor including final inspection, punch list, final Application for Payment review, and submit Certificate of Completion. These services are based on a construction period of 2 months. TERMS AND CONDITIONS: All terms and conditions shall be per our General Agreement for Professional Services for Downtown Infrastructure Improvements. Our fees for the above services shall be as per the following lump sum fee schedule: Construction Phase Services ............................................. $23,740 We are ready to begin working on this assignment upon your authorization to proceed. If acceptable to you, we will accept a signed copy of this form as your written authorization to proceed with the assignment. Thank you. Co to"a Ila Ilo Th alman, P.A. amon Caste a, P.E. Vice-President RC/er City of South Miami Approved by: Date: L-.\Projects\1929-ODIW.O-ProPosats\W.O.SunsetDrimpPhilConst062408.dcc 901 Ponce de Leon Blvd- Suite 900 Coral Gables, Florida 33134 305.445.2900 1,800,448.0227 Facsimile 305.445,3366 Web Site: www.c3ts.com Equal Opportunity Employer Corzo Castella Carballo Thompson Salman, P.A. June 23,2008 PROJECT: Sunset Drive Improvements - Phase 11 City of South Miami Construction Phase: (Assumes 2 month construction period) Fee Worksheet - Page 1 Total $23,740 Uftjects\1929-DOWO. Proposa)'FeeWorkshestgunastDrivaPhII062308.)ds Shop Drawing Review 4 8 Weekly Meetings 8 20 6 14 Contractor RFI and Clarifications 2 20 20 2 Contractor PaEent Requisitions 4 6 2 2 Contractor Change Order & Requests 4 4 2 Half-time Resident Inspection 4 16 16 190 2 Construction Phase Sub-Total Hours Billing Rate Labor Cost 14 68 60 182 22 135 95 75 55 4 A $1,890 $6,4601 '010 010 $880 Labor Sub - Total $23,740 Total $23,740 Uftjects\1929-DOWO. Proposa)'FeeWorkshestgunastDrivaPhII062308.)ds 14 m 01,31 � The'CONSULTANT will subn* a WVml upw ft CayS reqLmg prior to ft to Pro=cl. No payment wifl bB mmb for the CONSULTANTS eme md to the preparaflon of any propoW. services =,lil., m;.. 1.5 The CTrY agrem dud it WiU fmdsh to ffie CONSULTANr plam and =pd CITY film permining tD the WORX to be Pmfmmled under this �greemmt t to proceed 17a Z, 1.6 The CONSULTANT agrees to produce nd distnbute minutes, prompdy aftf+r each meeting at WbIch iheir presence is required. - 1-7 The CITY ap= to designaw a repreml , who, on behalf of the City ManaW shan examne ffie documeats submitted by the CONSMTANT md shall Tender decxslons pronlPtly, to avoid unreasonable delay in ffie progress of do CONSULTANrS suvices. Tte CC)NSULTANT shaU keeP dI6 =8 reprawtafive, advised on the project statm at all dmer, A li 'i I M -11,1111 6 in earagraph I 2_ I K tilrouO 6. Ilia soope outlined below is applicable in its enthtty to projects fbr wbich completed Basic Services are auflxxized. - Fiv, I I V11MOAr WWI VIV ZA101 IMI, IkZA� loll, the CITY shall prepare the final bid package, including bid documents and specifications, which shall prepared by, and be the raponsibility of the respective disciplines. MH M, laftmm 0=1, I I 19C. =—W Gl A. The CONSULTANT shall cWer with representatives of the CITy md the using age ,my to de*xmim the ftffl scope of the PrOject dug Will ►ed the program INpirements, and Bball advise the MY it in the CONSULTANTS opinion, the alloca-d ftuids, m adequate to accomplish the program mqummenP- B. 71is CONSULTANT shall use proper and adequate design control OD assm the Crly that the program rqplmments will be met. C. The CONSULTANT shall prepare a Design Concept and sdiernatic RepoM comprising of the Project Timetable Waster Schedule), Planning Summary (unless advised otherwisa), Schematic Design Studies (mien advised otherwise) as denned below, and the Statement of Probable Constwdon CosL D. The Proposed Prcject TimetabLe SW consist of a scliedula showing the proposed completion daft on each Phase of the Project through desigo, bidding, construction, and proposed daft of compledom E- MY5 Planning SUMMaky Weas advised offi=wim) &hall consist of a Vichlity plan and blow- up of the She (if applicable) showing Ftoject orientation, and a brief summary of all pertinent planning criteria used for the Project 61ii r* :If !2 i-0-m-1 m j IT.; �, j I-VA U ILA) Lii�m *-vitj I I IL The CONSULTANT shall pmexit the schernade design studies to aH the appropriate- utility companies (such as FR., Smithem Bell, Dynamic Cable, MDWASA. etc.) for any conffict with their utilities. C. Ail consUmtion documents shall be submiued in both 'Tiard cW' and electronic media in a Mutually aweed ul)on electronic format, but generally as fbilows: L. Non-dmwing submittals in Mcro�oft Office' format. 2. Drawings in AiAoM fbixmL 3. M Mes should be in Areview fonnat Version 3.2. D. When the development of the drawings has proptased to at least SCffo completion in phm a die CONSULTANT sluffl subraft two (2) WOW. to am CITY for approval, withela additional cbwge, along with u0sted wdm-. sp=ficauons. The CONSULTA-NT sWl aLso submit at this time an updated Statement of Probable Consftuction cost as indicatad by time Row, changes in requirements, Or ge=al maket conditions and an wdated ProjerA Schedule, Upon 100% completion of ft Consftuction, Domimen% the CONSULTANT shall submit to Cr CM du fY a finaL. updatad Stawment of Piobable Corimmflon Wong with two (2) copies each of Check Seat of drawinge;l specifications, reports program, etc., without additional charm for a find review Ed commem or approvals, H Vie CONSULTANT sball make aH the necessary presentations to the appropriate Crry Bonds (such 89 Envhm=tat ROAM Board, 11igWrical Preservation Board etr—) for the ffnal approvaL 10 low[ L The CONSULTANT shall arrange for "dry runs" andjor make firial submissions _U, appropriate authoddes (regulatory apricles to include and not Hm!W to City, county� State or FWm-d) as necassary, to ascm:tain that the construction docunmuts meet the necessary requirements to obtain all thO necOSSMY permits fbT construction. 0ONSULTANT'shall D=cmb=2(*4 Pap 5 bf 16 r T.. R For the 1 pm of payrnent to the CONSULTANr, the Bidding Phase will mmdnatD and ffie, services of the CONSULTANT will be considered con3piete upon signing of an Agreemnt with a Contactor. Rejection of bids by the Crff dom not consti=e cancellation of the projut 2.2-5 Masne V — C=ud AdmWaradon of ft r^ qual A. no Castruction. Phase wM been with d.:° . awvxd of the Camruction Contract and Will en-,j wb= ffie CDnfts&Des final PaYA=t CerI cate is approved and paid by the MY Pmfmimd Sftvl= Ao=mx Gm=d Eu&lva� D=mTbw2W4 hp 6 of 16 B. The CONSULTANT, as the representative of the CITY dming ft Congftucdoil phase, gho ad and comult with the CITY and :ha haV0 auffiority to act Ce bf,-half of the t , CITY to b., extent provided in the General Conditions and as modified in the Supplementmy conditions of ft Con�ftwdon Qx� D. The CONSULTANT shall at all tham.have access to dw project wherever it is in preparation or progmss. F. The CONSULTANT shall fmmish the 'CITY with a written report of all observations of Or- WORK made by him during each visit to the WORK He " also note. the, gerwral,swm aW pn)gm of th-A W•M and sluill admit same in a 6me-ly mm=. III- CONSULTANT shall a=rtdn at leW -munUy tnat br. QMtractor is makmg Oinaly acctirate and complete notations on record dmwing& .4)T does not ow6rin, to the Conftwt D==wts. Menever, in his reasonable, 0pInl0r4 he considers it necessary or advisable to insure compliance with the Contract )b- 1. he will Savf= Agreawad Enshmefing Dac=*=2004 Pup 7 of 16 I .. I- L The CONSMTAW sMI promptly review and approve shop drawings, samples, and otler submissions of die Conh=W for co !-."i• with the design cencVt of the Project and for complianm with flie Contract Documents. Changes or substimions to the Contract Docurnews shaU not b-- anfinrized widiout concurrence with the CITY. . . . . . . islet{' - ITO B. Ile CONSULTAW ftU ft*b to the MY. ramtdocible :,rap ,t 1r4whas undated based an InflDrmadon AmWahO by ffi• CwhWw, such drawings shaU become the property of the OTY. C. The CONS-F—JT-ANT--qWL-*--,-,i onlArWon. of any guarantw period or dy-- SMth Month Whicbever is carber and report any defective WORK in the Project ?l. nder tam of &-- guaranueftarmnfies for coox,,cfion. I-To shaH wma dr, CITY with ft administrafton, of guarwftekvranties for ODrreCtIOU • defwfive WORK dmt may be discovered during the said pmiod. 2.3 AddWOW Professional Se-M—'ces hofi=fmW S= = Ap=n=t C=eT4 Bnoxe&a SWAM Pap a of 26 Services to investigate existing conditions (exclvzing ugities) or facMdes or to make measured drawings thereof,'or to verify the accurM of drawings , od,-, Wati. furnished by the CTIY. F. - Professional detailed Estimates of Construction Cod consisting of quantity surveys ilemizing au Material, equipment and labor nxpk-ed for a Project. G- COnsWtBfiOn ==ming re`PIa0--In=t of any WORK damaged by ffft or adier, cause during construction, and fiz*hing PrOfemi=A services Of the type s-A forth in 13WO Services as my be required relafivp- to rePlacenient Of such WOM PrOvi fir; g the came is foundrby ffie CrIY to be other than by fault of ffie CONSULTANT. EL Professional servicca made necessary by it (If4auk of the Contraaw or by major defects in the WORK under the Constniodon Contract, providing the cause is found by the CITY to b-- other than by fault of the CDNSULTANT. L Making major Ilevisions CIM909 the Scope of a project to drawings and speffmtions when sueb rOvisimls are iRcOnsistOlIt Wid, written approvals or instruction pmviously given by the CITY and are due to causes beyond the control of dr- CONSULTANT (Major mvisions am defted as fliose. changing ft Scope and auRuPment of spaces and/or scbr-rua or any portion). a 7#' r-I 1=4 Prepming to save or am-ving as an expert Witness in connection with my arbitration proceeding Or IeO PIDCe ea; n in. connection with a Project , L Professional serinces requit-ed aftcr approval by the ary or tbe contractoes Requisition fbr Find Payment. except as otherwim required under Basic SeMom Pk&zional Sm-Am Agn=n=t Gme:01 HRzbhft& St VI= Dwember2M Nge 9 of Vs - M- Preparing suPPOrting data, drawingsv and spteffications as may be mquired for C�gmge orders affecflD9 th5 WGPO Of a Pmjeu PMvided thO ChangeS ara d= to causes fbund by the CITY, to be beyond the control of die CONSULTANT.. imam wit At 111: --.1 a oil J,; -I. It - W111 1111011MIRAINAMI&I ja m 11111111PI! !T kj P, the MNSULTANT render performance of his duties, impossible. The fees for Pm&Wonal Smices for each of the WORK shall be detimmiined by one of ft following medw& or a combination ti' e=f, as mubmlly agreed upon by the CHY and de CO; A. A fixed n= The fee for a task or a =pe of wcdc may be fixed sum as mahmdly agrc° .• upon, by the MY and the CONSULTANT: . - B. Hourly raw few. lbe MY agr= tD pay, and the CONSULTANT agrees to accept for Lhe services mdered pwsuaDt to ft Agmemera, ffts in accm*we with the fbllow ff n. rl If 7 7r 7 T77 F MM A 1� Tt. TM_ is ProfbWOM Savim Agccmwt Gmew Husbeaw sftVR=t, Dwmnba 2OD4 Page 10 o€!6 is 9E�QN 5 - kAYAMTA M,EALTIALPAIWEM '1he CrrY will make monthly payments or partial payments to the CONSUTANT for all authorized WORK performed during the previous calendar wouth. For design and construction pmje&s whera f , for e is not i"fied, such g" S"Wl, in aft be ach phm FillIT4,211101,,Tt,V-ok!-3!lkl,M &4gPQN 6 - RIGHT OF PKQUO All =Ykes shall bePerfm:medbYdkeCONSMTAYrt* 11 i—Mr, UUM-YMS 1+ "'i qvIR 41 MUM, Nothing in ffiis section shall MM W deny ffie ri& to atbitaft, by either pany, 11, accordance with the Arbkration Rules of the American, Arbitrwion Association. RM) X: Pff M--RA9 a QE D-(-)Q M 9 N IT a All reports and reproducible gr- I - 11-1111 1 i. SIMON" 113 ----------- W .# '-'72 each inddual section of the WORK completed under this Ageement is complem; all of the above data shall be delivered to the CITY. PwfMIMd Sw-,k= Agofta=t 00=1 Eagbmcdag SMVIM Lac 2D14 Pap 12 of 16 6t' 1111 . + 14 Dy.munuat consent o --ee Parties herdo. 022= RgffHAL This agmementmaybe-=,-wed, at It sole discredon of the CITY. for a MJI—It -IT—ne. 1. The CONSULTANT "I nDt commmm- WORK on this Agreem= txutil he has obtained all instwance required by the CITY The CONSULTANT shall indemnify and save the CITY harmless from any and all claims, fiabilifyj losses and causes of actions arising solely out of a negligerd en w. omission. or actDf the CONSULTANT incWmt to ffie PMfOrMance of ffie CONSULTAM - professional services IMdex t1lb Agreement The CONSULTANT shall pay all claims and losses of any natux-e whatsmver, in connecfion dierewith. . Pwftsmal Swvk= Ax=ntTt Gmeal Vhghw=fng Servi= De=wber=4 Pop 13 of 16 C. Wmbn&s COM1UM602 bsum= in cmnpliance with axapt--r 440, Florida StmWtes, as p sty' tly wnMn or hemafter amende& All �I�jv :: b,j wrzn JUMMMIMID, ee Profs imW SWykft Ap=mmt 0==d EASUM&g sftvlm Deember 2004 Pap 14 of 16 20 This writing embodies ft enfim Agement and un&xstandmg between the Parties heretoi and there, M olhff Agre,--ments and ml" rsMdings,, DMI or wriffM with reference to th subject Mau, hereof that am marged herein and Mpaiseded hereby. er aren No alteration,, change, or moMcaflon of ale terms of this A"Ol t $Awwqnl� ftf=iOW Savi= Aptemud Gmim-d EV02=kg savi= D=emb=2004 Wage 15 of 16 APPROVM) & CQNMqT a it Pmfw� SWAM AVettm t G=rditk=ioB Sea"= iascr 2004 Page 16 of 16 Ct;:�rcx. E.;w:c jog AGREEMENT DATED DECEMBER 1, 2007 General Engineering SerAces - I ir I! I f:' contract to reflect a new contract tam stardng; December 1, 2007 and expiring November 30, 2008; Ta& VdIEREAS, the purpose of this first amendment to the continuing services agreement dated November 30, 2004, is not to authorize the consultant to perform a specific project, but to extend the term of the underlying contract toNovember 30, 2008. I i Si 11 IT4 r I Mt. V341014611 i, I I III I �Tl -sR I WM I.I. The above whereas clauses are incorporated and raitde a part of this first amendment to the continuing professional services contract dated November 30, 2004. continuing basis in connection with projects Whem the basic const=tion costs does not exceed $-IMilfion, or shidifoms which do not exceed $50,000.00, as amended. The November 30, 2004 agreement is attached as exhibit I to this first amendment. 3. PAYMENT — BASIS OF COMPENSATION 3.1 The city shad pay the consultant the contract amount(s) provided as provided for at Section 48 "Basis of CompensaWon!% of the continuing professional services agreernent dated November 30, 30048 which agreem nt is attached to the first amendment as exhi-bit 1. 4.1 The term of this first amendment to the No�ernber 30, 2004 continuing professional servi= agreement shall commence upon the date of December 1, 2007 and expire on November 30, 2008. These provisions shall replace and supercede section 15, ldrmewal option7 of the, November 30, 2004. agreement 5. AGREEMENT NOT EXCLUW%rE Nothing in this first amendment shall pivivent the City from employing other Consultants to perforin • provide • the Citr with the same or similar services. M llf xldl,M 1111- �., 4 M� 6.1 The Consultant agrees to abide and be :o ate by all duly promulgated and T t - �, , -, - I T : 1 : , W, ,i 1 7, . Est I riff®r"I .0 114 M LOMMM-1P.MVP =MMIUMI Wit, 7.1" This amendment to the November 30, 2004 continuing, professional services agre==4 when signed by all • the parties, constitutes the fW1 and complete understanding and contract of the parties an& may not be in any manner interpreted or fulfilled in contradiction of its express terms. This amendment and the incorporated attachments constitittc the entire understanding between the parties and inte:grates by its terms all previous. contracts Fn-st Amendment to Continuing Professional Services Agreement dated November 30, 2004 Ga6aral Engineering Services Page 2 of4 or vndentandings, oral or written, between tbe parties. In the event of any conflict, the terms of this amendment will govern over the provisions of any incorporated documents. WD 10 0 Will PON, OX KIWI 10. 1 All notices given or requh-ed under this contract shall be deemed sufficient if sent by certified mail, WA, rea:; uested to the P a NU 'I .gym 7pwxjr Lo Am • -,,-=r paRy a candrent aaaress tor Ine giving of the noti=. To the City: City of South Marini Yvonne S. McKinley, City Manager 7630 S.W. 64th Court - South Miami, Florida 33143 To Consultant: Corzo Castella Carballo'fbompson Salman, P, 4to I Ponco- 4e—Qon EAW. First Amendment to Continuing Professional Services Agreement dated November 30, 2004 General Engineering Services Page 3 of 4 IN WITNESS WHEREOF, the parties hereto, acting through their duly authorized officers, have executed this amendment to the continuing professional services agreement dated November 30, 2004 as of flic date first above written. igloo APPROVED AS TO FOR6.1 & CONTENT -MK CORZO CASTELLA CAR13ALLO THOMPSON SALMAN, P.A, Consultant Print Name:- AMPAJ OAS -Tutf-A First Amendment to Continuing Professional Services Agreement dated November 30, 2004 General Engineering Services Page 4 of 4 ,11700 ilkl#vlrtv • Between CITY OF SOUTH MIAMI And CORZO CASTELLA CARBALLO THOAPSON APPROVED: Authority of Resolution No.: 10-07-123Z Duly passed and adopted by the City of South Miami City Commission on February A 2007. CITY OF SOUTH AHAAH S ignature: Title: CORZO CASTELLA CARISALLO THOMPSON SALMAN� P.A. Date: By- — 9A:Lvlo ^J c-4sTOU-4- Tifle: \/I ec- THIS FORM MUST BE SIGNED AND SWORN TO -IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS i. Thisfonn statement is submitfad to Al low) 5. J understand that a "persons as defined In Paragraph 287.133(l)(e), ft—SIgue-'s means any natural person or entity organized under the lam of any state or of the Unhd States within the legal power to enter into a binding contract 'and which bids or applies to bid on contracts for the provision of goods or entity. The term "persona Includes those officers, executives, partners, shareholders, employees, members, aild agents who are adve in management of an amity 6, used on information and belief, the statement which I have marked below is true In relation to the entity bmftdng this sworn statement (Please Indicate which statement applies.) Neither the entity submIft sworn statement nor any of Its officers, director, executives, partners, shareholders, employees, mambM, or agents who are ac&e In the management of the eriffty, nor any affiliate of the entity has been charged with and convicted of a public entity crime subgeqqatit to July 1, 1989, The entity submit this swam statement, or one or more of its officats, directors, ex-ecutWs, partners, shareholders, employees, members, or agents who, am aCffV9 In the management Of the entity, or an alfillate of the enffty, or an affiflato Of the entity had been chaMed with and convicted of a public entity crime subsequent to July 1, 1989, ANIJ (please indicate whldh additional statement applies.