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.