Loading...
08-27-08 Item 14To: Via: From: Date: Subject: South Miami AA- America City CITY OF SOUTH MIAMI 1111,11 OFFICE OF THE CITY MANAGER INTER - OFFICE MEMORANDUM 2001 The Honorable Mayor & Members of the City Commission W. Ajibola Balogun, City Manager Jose Olivo, P.E. Public Works & Engineering Department August 19, 2008 Approval of Professional Service Work Order. Agenda Item No.: 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 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 Request: Authorizing the City Manager to approve professional service work order for Sunset Drive Improvements -Phase II 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 -out 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: ❑ Proposed Resolution ❑ C3TS' Work Order for Professional Services ❑ C3TS' Professional General Engineering Service Agreement ❑ C3TS' Amendment to Continuing Professional Services Page 2 of 2 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 RESOLUTION NO.: 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 II IN AN AMOUNT OF $23,740 TO BE CHARGED TO FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION (FDEP) GRANT ACCOUNT NUMBER 106 -1726- 636 -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 II); 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 ATTEST: CITY CLERK READ AND APPROVED AS TO FORM CITY ATTORNEY day of , 2008. APPROVED: MAYOR COMMISSION VOTE: Mayor Feliu: Vice Mayor Beasley: Commissioner Wiscombe: Commissioner Palmer: Commissioner Beckman: �D S� WORK ORDER FOR PROFESSIONAL SERVICES TO: City of South Miami Date: 06/23/08 6130 Sunset Drive File: 1929 -26 South Miami, Florida 33143 ATTENTION: W. Ajibola Balogun, City Manager PROJECT NAME: Sunset Drive Improvements — Phase II Engineers (Parking Lots & Drives Around City Hall) Architects P l a n n e r s City of South Miami, Florida Construction Phase Services EB0005022 AAC002142 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: 1. Assist in obtaining and reviewing all documents needed in executing the change order between the City and the Contractor. 2. Attend pre - construction conference. 3. Attend weekly project meetings and prepare minutes. 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. 4 Co teCastlla Ilo Th alman, P.A. amon e a, P.E. Vice - President RC /er City of South Miami Approved by: Date: L:1Projede1 1929-0 o1W. 0• PmposetslW .O.SurreetDrimpPhllConsM2408AM 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. FEE WORKSHEET DATE: June 23,2008 PROJECT: Sunset Drive Improvements - Phase II City of South Miami Construction Phase: (Assumes 2 month construction period) Fee Worksheet - Page 1 Total $23,740 LAPrgectsN82B- 001W.0. PropossWeeWork sheetSunsetDdvePhIlOS 08.As Shop Drawing Review 4 8 Weekly Meetings 8 20 6 14 Contractor RFI and Clarifications 2 20 20 2 Contractor Payment Requisitions 4 6 2 2 Contractor Change Order & Requests 4 4 2 Half -time Resident Inspection 4 16 16 2 Construction Phase Sub -Total Hours Billing Ratel Labor Costj 14 68 60 182 22 1351 951 75 55 40 $1,8901 $6,460 $4;500 $10,010 $880 Labor Sub -Total $23,740 Total $23,740 LAPrgectsN82B- 001W.0. PropossWeeWork sheetSunsetDdvePhIlOS 08.As PROFESSIONAL SERVICE AGREEMENT General Enen Bring Servloes I AGRM.IENT made and entered into this _:510 daY of OCASS'IOM MIRK a political subdivision of the State of Fl f� �b the C and CARBAILO THOMPSON SALMAN. PA, authorized to do business in d referred to as the °CONSULTANT". In consideration of -the premises and the mutual covenants contained in this agre agrees to employ the CONSULTANT for a period ending on Dew 1, 2007, and the agrees to pmfmm all professional services -in oomwcdm with the WORD as descr t continuing basis in connection with panj" where the basic cozmtEvctiom cam does not ex( or studies which do not exceed $25, 000.00, bm m attar called the `WMVICBS,, MOY12M.. 1.1 The CONSULTANT may be issued a Notice to defined In �Peragraph 2.2 for a project, for a Proceed he encompass the entire B speaffied pardon of the Basic Services, or for paragraphs 2.3 AddWmW Professional . for the pose of Peftmed by other p[oftsioual.consultants or for other miscellaneous engineering 9 be regained. 1.2 A Notice to Proceed will be issued on an as needed basis at the sole dismrtion of CITY reserves, at all times, the right to petfiortn any and all'engineering work it other Wgineers. Ibis Agreement does not confer on the CONSULTANT my exc CITY WORK, nor does it obligate the CITY is any manner to guarantee i CONSULTANT. The CONSULTANT may submit proposals for which proposals may be publicly solicited the any profession by CTI'Y` outside of this agreement, ,en the CITY and CORZO to of Honda, the CTIy bee 4 on a $500.000.00 Services, as eta tasks as .wing work es that may CITY. The xm or with ive rights to RK for the services for 1.3 The CITY will confer with the CONSULTANT before any Notice to proceed %�Mx to d iscuss the scope of the WORD the tinne needed to complete the WORK and the fee the 'ces to be rendered M c0mle6tiom with the WORIL 1.4 The CONSULTANT will submit a proposal upon fits CU" �� prim. to the of a Notice to Proceed. No payment will be made for the CONSULTANTS tame and services in with the preparation of any proposal. 1.5 The CITY agrees that it will famish to the CONSULTANT plans and other data a le in the to d pertaining to the WORK to be pe honed under t� moment pMM1tlY each Notice 1.6 The CONSULTANT agrees to produce and distribute minutes, promptly after each meeting at which their presence is required. 1.7 The QTY agrees to designate a reprmntative who, on behalf of the City Manager shall examine the documents submitted by the CONSULTANT and shall render decisions promptly, to avoid unreasonable delay in the progress of the CONSULTANT'S services. The CONSULTANT shall keep the CITY'S repr+ese ntative advised on the project status at all times. 1.8 The CITY agrees to issue all directives and approval in writing. 77 717 E-1774 77 W I The professional services to be provided by the consultant are as follows: A. Roadway engineering to include streets, sidewalk, crab, gutaer, drainage, associated tramc contiiol devices, striping, ligli ft speedreducdm devices and i cidental landscaping. B. Drainage Design includes fhe necessary analysis needed to implement proposed 1114)roveme nts► preparation of paving and drainage plan for municipal building and Wdi drainage C. Civil Engineering, to include Water Distribution Systems Improvement I Analysis and design and Sanitary Sewer System Evaluation and design. D. Traffic engineering services will include daily volume =Mts, data analysis, preparation of conceptual Improvements plan, pment reports and recommendgUon to stakeholders and won of final traffic engimesring Mporo E. Envirmmiental Migineeriii& to including, site investigation and design needed to prepare remediation plans to mitigate underground storage tanks asbestos materials. , harerdous waft materials and R Other incidental services associated to the above kems. The Basic Services, for design and oonsfruotio% consist of six (6) phases descxibed in %%graph 2.11 through 6au . Tim scope outlined below is applicable in its entirety to projects for which Completed Basic Services Upon authorization to proceed from the QTY, the CONSULTANT agrees to provide complete professional engineering services for any portion or all of the six phases outlined below. The CONSULTANT agrees to co- ordinate his effort with . that of any other landscape archiWcaual or architectural CONSULTANTS to assure a coordinated and complete WORK. The lead CONSULTANT as designated by • Aossdm t sW&ft Aveam w GV=VI MomakV SWAM December= ho2orw the C1TY shall prepare the final bid package including bid documents and specifications, which shell be prepared by, and be the responsibility of the respective disciplines. !! 1' • ' r r rr rr �l- y ar A. The CONSULTANT shall confer with representatives of the CITY and the using agency to determine the f'U scope of the Project that will meet the program requirements, and shall advise the CITY 4 in the CONSULTANTS opinion, the allocated fiords are adequate to accomplish the program re1um B. The CONSULTANT shall use pr%= and adequate design control to assure the CITY that the progn aunt requirements will be met. C. The CONSULTANT shall prepare a Design Concept and Schematic Report, comprising of the Project Timetable (Master Schedule), Planning Summary (unless advised otherwise), Schematic Design Studies (unless. advised otherwise) as defined below, and the Statement of Probable Construction Cost. D. The Proposed Project Timetable shall consist of a schedule showing the proposed completion date on each Phase of the Project through design, biddin& construction, and proposed date of completion.. E. The Planning Summary (unless advised otherwise) shall consist of a vicinity plan and blow- up of the Site (if applicable) showing Project orientation, and a brief summary of all pertinent planting caiteria used for the Project. F. The Schematic Design Studies (unless advised otherwise) shall consist of all plans, elevations, sections, etc. as required to show the scale and relationship of rye pests and the design concept of the whole. A simple pempective *at* model or photograph Reef may be provided to further show the design concept, G. The CONSULTANT shall present the Schematic design studies to the appropriate Boards for their approval whenft project requires such approval. H. The CONSULTANT shall present the schematic design studies to all the appropriate utility companies (such as PPL, Southern Bell, Dynamic Cable MDWASA, etc.) for any conflict with their utilities. L The Stateroom of Probable won Cost shall include estimated cost of do Project including fixed equipment, professional fps, contingencies (if any escalation factors adjusted to the estimated bid darn, movable estimate (if any), and utility service extensions (if ulded s� The CONSULTANTS opinions of probable Total Project Costs and Agmana Gmad segos SWAM huge 3 of 16 Construction Cost are to be made on - the basis of CONSULTANT'S experience and qualifications and represent CONSULTANTS best judgement as an experienced and qualified professional wgineer, familiar with the local coon industry and prices. J. The CONS shall submit and present two (2) copies of all documents required under this Phase, without additional charge, for approval by the QTY and he fiball not• ro ith the next Phase uneti died "k= Cry 2.2.2 Phase 11 — Study and Dad= pamIQMM. A. Prom the approved sdmmg tic Design documents, the CONSULTANT shall prepare Design Development Documents, comprising the drawings, outline specifications and 'other documents to fix and descxibe the size and character of ft entire Project as to consiruwon and finish materials and other items incidental thereto as may be apprvpriato and applicable. B. The Design Development Documents shall comprise the proposed project Timetable (updated), Outline Specffication&. Updated Statement of Probable Construction Cost, and Design Development Drawhgm etc, as reWired to clearly delineate the Project, If -the Updated Statement of Probable Construe ion Cost exceeds the allocated funds, feasible cost OF scope reduction options shall be, included. C. The CONSULTANT shall submit and present two (2) sets of all documents required under this Phase, without additional charge„ for approval by the CITY and not proceed with the next Phase until directed by the CITY. D. The CONSULTANT shall at all tames monitor the Probable Construction Costs to make certain they remain within the total allocated budget A Notice to Proceed to base III will not be issued if the latest statement of Probable Constructioa Cost exceeds the total allocated fuurds. 223 R= M — Find Design / COnshC s Devele�,;� A. From the approved Design Development Documeots, the CONSULTANT shall prepare Final Construction Documents setting forth in detail the requirements for the construction of the Project including the .proposal (Bid) Form and other necessary information for bidders, Conditions of the Contract, and Complete Drawings and Spociiicabon& CONSULTANT shall use Cron Specifications Instuute (CS]) Standards and the City of South Mamd Standard farms for the preparation of the proposal (bid) forms, Li,ctructions to Bidders, conditions of Contract and Specifications. The CONSULTANT shall review all existing City SPecificatioac, for camPleteness prior to use and shall supply all needed additional specifications. B. The Construction Doan nests shall be prepared in a manor drat will assure clarity of hwwork, notes, and dimensions, when the documents arse reduced to 50% of their size. All w � shall 24" x 36" paper ("D" size), an the C it.Ys stamiard sheet format, unless PmfMIWd Savk= As emwt (M1 BROWahlj SWAM Uecaobar2001 Prv4of 16 C. All construction documents shall be submitted in both "hard copy" and electronic media in a mutually agreed upon electronic format but generally as follows: 1. Non- drawing submittals in M=sofi Office format. 2. Drawings in AutoCAD fio maL 3. GIS files should be in ArcView format Version 3.2. D. When the development of the drawings has progressed to at least 50% completion in Phase III,. the CONSULTANT shall submit two (2) copies to the CTTY for approval, without additional charge, along with updated outline specifications. The CONSULTANT shall also submit at this time an updated Statement of Probable Construction cost as indicated by time factor: requvements, or general market conditions and an updated project Schedule. E. The CONSULTANT shall not orooeed with the f nta klonn = until Illoval of the 5096 docu = is received from the ('.PTY. The CONSULTANT shall make all changes to documents. The 50% complete Check set shall be returned to the CPTY. F. A Notice to Proceed for the completion of Phase iII will not be issued if the latest Statement of Probable Construction Cost exceeds the total allocated ftmds, unless the CITY frncreasm the total allocated funds or the CONSULTANT and the CITY agrees on methods of cost nxhw ions sufficient to enable construction within the furs available. G. Upon 100% completion of the Consbnrctian Docu om ts, the CONSULTANT shall submit to the CRTY a final,. updated Statement of Probable Construction Cost along with two (2) copies each of Check Set of drawings, specifications. reports, programs, etc., without additional charge, for a final review and comments or approvals. H. The CONSULTANT shall make all the necessary proms to the appropriate MY Boards (such as Environmental Review Board, Historical Preservation Board etc.) for the final approval. L The CONSULTANT at no extra cost to the CTTY shall make all required changes or additions and resolve all questions resulting from paragraph H if the changes or additions do not alter the scope of the project as dew trader paragraph 2,2.1 A. The 100% complete Check set shall be retsuned to the CITY. Upon final approval by the CTPY, the CONSULTANT shall furnish to the CITY a _minin nm of 24 sets of dMid= Wd specificatioft at no additional cost to the CITY, for bidding purposes, unless instructed otherwise. J. The CONSULTANT shall arrange for "dry runs" andfor snake final submissions to appropriate authorities (regulatory agencies to include and not limited to City. County, State or Feder as necessary, to aseatain that the construction documents meet the necessary requkementa to obtain all the necessary permits far construction. CONSULTANT shall • Aiafasimd Swik= As=== OWAW 04o Mini SWAM Dwemba 2M ftpSofm respond to all technical questions from regulatory agencies. CONSULTANT shall modify, at no additional cost to CITY, in ordat to acquire the necessary permits. 2.2A and Negotiation Phase, A. Upon obtaining all necessary approvals of the Construction Documents, and approval by the CITY of the latest Statement of Probable Construction Cost, the CONSULTANT shall furnish the drawings and specifications as indicated above for bidding, and assist the CITY in obtaining bids and awarding and preparing construction contracts. The CONSULTANT shall attend all pre -bid eordbre=s. The CONSULTANT shall be present during the bid opening and as part of his assistance to the CITY will tally, evaluate and issue a.reeommendation to the QTY alter verifying bond, insurance documents, questiamaire and reference submitted by the constructor. B. The CONSULTANT shall issue Addenda through the CITY as appropriate to clarify, correct or change Bid Documents. C. If Prue- Qualification of bidders is required m set forth is the Request for QuWMcadM CONSULTANT shall assist City in developing qualification criteria, review qualifications of prospective bidders, and recommend acceptance or rejection of the prospective bidders. D. If the lowest responsible Base Bid received exceeds the Total Allocated Funds the CTf Y may: 1. approve the increase in Project Cost and award a construction eont = or, 2.- reject all bids and rebid the Project witbin a reasonable time with no change in the Project, or 3. direct the CONSULTANT to revise the Project scope or quality, or botb, as approved by the CITY and rebid the IPfoject, or 4. suspend or abandon the Project, or 5. exeresse all options under the City Charter and State law. NOTE: Under item (2) above, the, CONSULTANT stall, without additional compensation, assist the CTTY in obtaining re -bide, and awarding dra re-bid of the project. Under item (3) above, the CONSULTANT shall, without additional compensation. modify the Construction Doauents as necessary to bring the Probable Consonrdion Cost within the Total Allocated Funds. Who the lowest responsible bid is over 15% of the CONSULTANT estimate. 8 For the purpose of payment to the CONSULTANT, the Bidding Phase will terminate and the services of the CONSULTANT will be considered complete upon signing of an Agreement with a Contractor. iitejection of bids by the QTY does not constitute aincellation of the p%JWL 2.25 Phase V — QAal Administra>Yan of Capon Contract" A. The Cmstrvction Phase will begin with the award of the Consnnetion Contract and will end when the COMUCtOes Canal Payment Certificate is approved and paid by the My. • P,oieasiood Swvk= Apav== cwt EM&Merfns sankxs noenfiW2004 hp6oft6 B. The CONSULTANT, as the representative of the CTTy during the Consflucdon phase, shall advise and consult with the MY and shall have authority to act an behalf of the CITY to the extent provided in the C W=ral Conditions and as modified in the Supplementary Conditions of the Corkhuction Contract: C. The CONSULTANT shall attend pre -won meetings. D. The CONSULTANT shall at all times have access to the project wherever it is in preparation or.progress. E. The CONSULTANT shall visit the site at least weekly and at all key construction events to ascertain the progess of the Project and to determine in general if the WORK is proceeding in accordance with the Contract DocumentL On the basis of on -site observations, the CONSULTANT will use reasonable and =wmary care to guard the CITY against defecils and deficiencies in the WORK The CONSULTANT may be required to provide continuous daily on -site observations to check the quality or quantity of the WORK as set forth in this Agreement and defined by the Scope of WORK issued for the individual project. On the basis of the on -site observations, the CONSULTANT will advise the CITY as to the progress of and any observed defects and deficiencies in the WORK immediately in writing. F. The CONSULTANT shall famish the CITY with a written report of all observations of the WORK made by him during each visit to the WORK. He shall also note the general •status and progoem of the WORK, and shall submit same in a timely mum. The CONSULTANT shall ascertain at least monthly, that the ContracW 9s making timely, acc mate; and complete notations on re=d drawings. G. Based on observations at the site and on the Contractoes Payment Certificate. the CONSULTANT shall determine the amount due the Contractor on account and he shall recommend approval of the Cmtificate in such amounts. The rw4mmendation of approval of a Payment Certificate shall constitute a representation by the CONSULTANT to the my that he certifies to the CITY that the WORK has progressed to the point indicated, and the quality of the WORK is in accordance with the Contract Documents subject to: 1. an evaluation of the WORK for conformance with the conk= documem upon substantial completion. 2. the results of aqy subsequent tests required by the contract documents, 3. mina deviations from the cm*ac t documents cocrectable prior to completion and acceptance of the project. R The CONSULTANT shall have an affirmative, duty to recommend rejection of WORK, which does not conform, to the Contract Documents. Whenever. in his reasonable opinion, he considers it necessary or advisable to haw compliance with time Contract Documents, he will Nmfacim�l Savka Arsum t. flauril>�nemlug Stavka Rooexo6ev 2004 Pop? ct16 have authority (with the City's prior approval) to recommend special inspections or testing of any WORK d=ied not to be in accordance with the Contract whether or not such WORK has been fabricated and delivered to the Project, or installed and complete(L L The CONSULTANT shall promptly review and approve shop drawings, samples, and other submissions of the Contrac W for eoubmance with the design concept of the Project and for compliance with the Contract Documents. Granges or substitutions to the Contract Documents shall not be authorized without eoncarrenoe with the C:TTY. J. The CONSULTANT shall review and recommend action on proposed Grange Orders within the scope of the Project initiated by others, and initiate proposed change orders as required by his own observations. K The CONSULTANT shall examine the WORK upon receipt of the Contractor's Certificate of Substantial Completion of the Project. A Punch List of any deflects and discrepancies in the WORK required to be corrected by the Contractor shall be prepared by the CONSULTANT in conjunction with reptuentatives of the CITY and uddactoryr performance obtained before the CONSULTANT recommends execution of Certificate of Final Acceptance and final payment to the Contractor. He shall obtain from the Contractor all warranties, guarantees, operating and maintenance manuals for egtlipt eM releases of lien and such other docttnents and motes as may be required by applicable codeA laws, policy mVilatious and the specifications, and deliver th d to the CTN. L The CONSULTANT shall provide assistance in obtaining ChwmIct&s compliance with the Contract Documents relative to, 1) initial Instruction of CITY personnel in the operation and maintenance of any equipment or system 2) initial startup and testing, adjusting and balancing of equipment and systems, and, 3) final clean -up of the project. 2.2.6 Phase M --Post Consinwdon Admtnisaation A. The CONSULTANT shall prepare and provide the CITY with a written manual, to be used by the CITY, outlining the implementation plan of all the required maintenance necessary to keep the proposed WORK operstiional in a safe and effective manner. �1._ �� Y.i_ .. i_\I •.1_c.. i-!77...I M u. qty SJ�JS��.I i7 - Lz►1�V r S• ,11 E46 r n:,r J ::.��:� a ,,1i ,vim a iu. r C. The CONSULTANT shall assist in the inspection of the WORK one month before the expiration of any guarantee period or the sixth month whichever is earlier and report any defective WORK in the Project under tan of the guaranteefwarranties for won. He shall assist the CITY with the administration of guarartedwarrandes for correction of defective WORK that may be discovered during the said period. 2.3 Additional Professional Services • hofasimal sa.M AV=2M G—ad Bmbmtes scuba, Deoembw=4 P&P Bof16 Additional Services as listed below are normally considered to be beyond the scope of the Basic Services for design and eonstzvction, as defined in this Agreement but which are additional services which may be authorized within the Scope of Work given the CONSULTANT. A. Special analysis of the CITY'S needs, and special programming requirements for a project. B. Financial feasibility, life cycle costing or other special studies. C. Planning survey% site evaluations, or comparative studies of prospective sites. D. Design services relative to ftrtt m facilities, systems and equipment, which are not intended to be eonsttvcted as part of a specific Project B. Services to investigate existing condidoos (excluding utilities) or facilities or to make meamr ed drawings thereof, ' or to verify the accur" of drawings or other infomafm fu wished by the CITY. F. Professional detailed Bstimates of Construction Cost oonsisting of quantity surveys itemizing all material, equipment and labor required for a Project G. Consultation concerning replacement of any WORK damaged, by fire or other cause during baron► and ftuni Mq professional services of the type set forth in Basic Services as may be required relative to replacement of such WORK, providing the cam is found-by the CITY to be other than by fault of the CONSULTANT. It Professional services made necessary by the default of the Contractor or by major defects in the WORK under the Construction Coact, providing the cause is found by tho CITY to be other than by fault of the CONSULTANT. L Making major revisions dinging the Scope of a project, to drawings and specifications when such revisions are inconsistent with written approvals or instruction previously given by the CITY and are due to causes beyond the control of the CONSULTANT. (Major revisions are defined as those changing the Scope and arrangement of spaces and/or scheme or any portion). J. The services of one or more full -time Project Representatives, K Preparing to wave or serving as an expert witness m conilmdon with any arbitration Ping or Legal Procuding in connection with a Project. L Professional services required after approval by the CTIY ear the Contractor's Requisition far Final Payment, except as otherwise required under Basic Servioes. moos Prue 9 of t6 - M• Preparing sWPmting data, drawings, and specifications as may be required for Change Orders affecting the scope of a Project provided the Changes are due to causes found by the CITY, to be beyond the control of the CONSULTANT.. FM . The services to be rendered by the CONSULTANT fce any WORK shall be commenced upon written Notice to Proceed from the CITY subsequent to the execartiou of this Agreement and shall be completed within the time based on reasonable determination, stated in the said Notice to Proceed. A seasonable extension of time will be granted in the event there is a delay on the part of the CITY in fulfilling its part of the Agreement, change of scope of work or should any other events beyond the control of the CONSULTANT render performance of his duties impossible. S ZMN 4 - BASIS OF CO ATION The CONSULTANT agrees to negotiate a "not to exceed" fee or a fixed sum fee for each of the WORK assigned to him based on the Scope of such WORK. Upon agreement of a five, the CTTY will issue a written authorization to proceed to the CONSULTANT. In case of emergency, the CITY reserves the right to issue oral authorization to the CONSULTANT, with the undet=iftg that written confirmation will follow immediately thereafter. For reproduction of plans and specifications, beyond the requirements as identified under Section 2- Professional Services the MY will pay the direct costs. The fees for Professional Services for each of the WORK shall be detarmined by one of the following methods or a combination thereof, as mutually agreed upon by the CITY and the CONSULTANT. A. A fixed sum: The fee for a task or a scope of work may be fixed sum as mutually agreed upon by the CITY and the CONSULTANT: . B. Hourly rate fee: The QTY agrees to pay, and the CONSULTANT agrees to accept, for the services rendeted pumusut to this Agreement, fees in acoosdenoe with the following Construction Manager Coristrizodon. Inspection Senior Dmf sman/ TechnicalICADD Operator Draflamen Data Processing / Clerical Hourly rates will include all wa^ benefits. overhead and profit. Pmfud9ftm SWAM AV—=t small Bngicea Services DOMMbv 2004 Pogo 10 of 16 Hour Rate $135 $105 $75 $100 $55 $60 $55 $40 ==5-MMUNTANDEAREMPAYMEM The CITY will maim monthly payments or partial payments to the CONSULTANT for all authorized WORK performed during the previous calendar rawthr. For design and construction projects where fee for each phase is not specified, such payment shall, in the aggregate, not exceed the percentage of the estimated total Basic Compensation indicated below for each phase: 15% upon completion and approval of Phase L 35% upon completion ad approval of phase ]L 55% upon submittal and approval of 50% complete drawings and outline specifications of phase M 75% upon 100% completion and approval of Phases M and IV. 90% upon completion of the Project and approval of all WORK Phase V). 100% upon final completion and approval of WORK elements A and B of Phase VL The CONSULTANT shall submit an original invoice to the City's project representative. The invoice shall contain the following information: 1. The amount of the invoices submitted shall be the amount due for all WORK perfbinaed to date as certified by the CONSULTANT. 2. The request for payment shall include the following fidbrmation: a. Project Name b. Total Contract amount (CONSULTANT's lump sum negotiated upset limit fees) a Percent of work completed. d. Amount eared. e. Amount previously billed E Due this invoice. g. Balance remaining h. Summary of work done this billing period. L Invoice aumba and date. 3. Upon request by this CITY the CONSULTANT shall provide the CITY with certified payroll data for the WORK reflecting salaries and handy rates. SF&37ON 6 - RIGHT OF DECISIONS All services shall be performed by the CONSULTANT to the satisfaction of the MY , s shall decide' all questions, ddWues and disputes of whatever nature which may m iseunderor by reason of this Agreeanent, the prosecution and firlfillment of the services, and the character, quality, amount and value and the representative's decisions upon all claims, questions, and disputes shall be final, conclusive. and binding upon the parties unless such determination is clearly arbitrary or u m=sonable. In the event that the CONSULTANT does not concur in the judgement of the representative as to any decisions made by him, he shall present his written objections to the City Manager and shall abide by the decision of the City Manager: Nothing in this section shall mean to deny the right to arbitrate, by eidrer party, in accordance with the Industry Arbitration Rules of the American Arbitration Association. • PtOWI 9 Serwim Apes neet amend en bmering 5evioes December 2001 PW 11 of 16 All reports and reproducible plans, and other'data developed by the CONSULTANT for the purpose of this Agreement shall become the property of tha CITY without restriction or limitation in connection with the owner's use and occupancy of the project. Reuse of these documents without written agreement from the CONSULTANT shall be the MrS sole risk and without liability and legal exposure to the CONSULTANT. When each individual section of the WORK completed under this Agreement is complete; all of the above data shall be delivered to the Cn Y. SOMON L-COM RANG. NF�AFN AND MFARirM Nothing in this contract shall obligate the CONSULTANT to prepare for or appear in litigation on behalf of the CITY without additional compensation except for any dispute arising out of this contract. The amount of such compensation shall be mutually agreed upon and be subject to a supplemental agreement approved by the City Uommissinners and upon receipt of written authorization from the CITY prior to performance of a court appearance and conk once. The CONSULTANT shall confer with the CITY at anytime during oonstnwfion of the improvement coMmplated as tro int crpretation of plans, correction of el or and omissions and preparation of any necessary Plan thereof to correct such eMM and omissions or clarify without added coinpensation. SISIION 9 - NOTIMS Any notices, reports or other written communications from the CONSULTANT to the CITY shall be consider delivered when delivered by courier -or by mail to the CITY. Any notices, reports or . other communications from the MY to the CONSULTANT shall be considered delivered when delivered by the CONSULTANT in person or by mail to said CONSULTANT or his authorized representative. SOON 10 - AUDIT RIGHTS The CITY reserves the tight to audit the records of the CONSULTANT related to this Ag+eemeut at any time during the execution of the WORK and for a period of one year after %W payment is made. Tbis. provision is applicable only to assignments that are on a time and cost basis. SECMN it — S MXXM G The CONSULTANT shall not sublet., assign, or transfer any WORK under this Agreement without the prior written consent of the MY. SF.CZTON 12 - WARRANTY The CONSULTANT warrants that he has not employed or retained any company or person, other than a bona fide employee working solely for the CONSULTANT, to solicit or secure this contract and that he has not PEJd or agreed to PaY any company or pion other than a bona fide employee working solely for the CONSULTANT any fee, cornmission, percentage fee; gifts or any other considerations contingent upon or resulting from the award or making of this coutrac L For breach or violation of this warranty, the CITY shall have the right to annul this contract without liability. • Aofadmd SWAM Agreement (tartar Fig sWA= December 2004 Pogo 12 of 16 39AM - MOMIIMM -N OF AGREEIVI�NT Tt is expressly cnhderstood and agreed filet the C1TY may teammate this Agreement without penalty by declining to issue Notice to Proceed art mzmg WORK, m which event the CTTY'S sole obligation to the CONSULTANT ' shall be payment for those units or sections . of the 'WORK previously authorized in accordance with the provisions of Section 4, such payment to be determined on the basis of the WORK performed by the CONSULTANT up to the time of termination. SECTION 14 - DURATION OF AMIi M Ibis Agreement, for the purpose of issuing new WORK shall remain in full force and effect for a period ending December 1, 2007, although, the actual completion of.performance may extend beyond such term, or until the depletion of funds allocated for the WORK. or unless otherwise terminated by. mutual consent of the parties hereto. AL This WMInu t may be renewed, at die sole discredon of the CITY, for a maximum of one two year teen at the end of the initial period. SECTION !6 - DEFAULT ' In the event either party fags to comply with the provisions of this Agreement, the aggrieved party may declare the other party in default and notify him in writing. In such event, the CONSULTANT will only be compensated for any completed professional servicea. In the event pwW payment has been made for such pro&monal services not completed, the CONSULTANT shall rodun such sums to the CITY within ten (lo) days after notice that said sums arc due.- In the event of litigation by the other party to enforce die provisions of this contract, the prevailing party will be compensated for reasonable attorney's fees. In no event shall attorney's foes awarded against the QTY exceed 25% of the award for damages. The CITY does not waive sovereign immunity f mm awards of piaejudgment interest. SIKgC n 17 - INSURANCE AND IlVDEIVVINIFICATION The CONSULTANT shall not commence, WORK on this Agreement until he has obtained all insurance required by the CTTY. The CONSULTANT shall indemnify and save the CITY hannleas from any and all claims, liability, losses and causes of actions arising solely out of a negligent anw, omission. or act of tale CONSULTANT incident to the performance of the CONSULTANTS ' professional services under this Agreement. The CONSULTANT shall pay all claims and losses of any nature whatsoever, in mmection therewith. The CONSULTANT agrees and recognizes that the CITY shall not be held liable or responsible for any claims, which may result from actions or omissions of the CONSULTANT's actions. In 'reviewing. a PWAng or rejecting any submissions or acts of the CONSULTANT, the CITY in no way assumes or shares responsibility or liability of the CONSULTANTS or Sub - consultants, the registered professionals under this Agreement The CONSULTANT shall maintain during the team of this Agreement the following insurance: PMfeni ail services Asmm w CKaas1 Eogb=fag swvim Dwember 2004 Pop 13 of 16 A. Professional Liability Insurance in the wxmmt of $1,000,000 with deductible per claim if any, not to exceed 5% of the limit of liability providing for all sums which the CONSULTANT shall become legally obligated to pay as damages for claims arising out of the services performed by the CONSULTANT or any person employed by him in connection with this Agreement. This insurance shall be maintained for three years after completion of the construction and acceptance of any Project covered by this Agreement. However, the CONSULTANT may purchase Specific Project Professional Liability Insurance which is also B. Comprehensive general liability insurance with broad form endorsement, including automobile liability, completed operations and products liability, contractual. liability. severability of interest with cross liability provision, and personal injury and property damage liability with limits of $1.000,000 combined single limit per occurrence for bodily injury and property damage. Said policy or policies shall name CITY as additional insured and shall reflect the hold harmless provision contained herein. C. Worlanads Compensation Insurance in compliance. with Chapter 440, Florida Statutes, as partly written or hereafter amended. D. The policies except for Section 17 A shall contain waiver of subrogation against CITY where applicable, shall expressly provide that such policy or policies are primary over any other collective insurance that CITY may have. • The CITY reserves the right to request a copy of the regdred policies for review. All policies shall contain a " severability of intaw or "cuss liability" clause without obligation for premium payment of the CITY. 13— All of the above insurance is to be placed with Best rated A -8 or better insurance companies, . qualified to do business under the laws of the State of Florida. The CONSULTANT shall iimaish certificates. of insurance to the CITY prior to the commencement of operations, which certificates shall clearly indicate that the CONSULTANT has obtained insurance in the type, amount, and classificatiion as required for strict compliance with this Section and that no reduction in limits by endorsement during the policy team, or cancellation of this insurance shall be effective without thirty (30) days prior wntmn notice to the CITY. Compliance with the foregoing reWirements shall not relieve the CONSULTANT of his liability and obligations under-this Section or under any other portion of this Agreement. EXC)LIJS Northing in this Agreement shall prevent the MY from employing other CONSULTANTS to perform the same or similar services. • PI k=1 SWAM AV=MWt DWMbdr acne Abel4dN ZON 19 - CODES. OiLll11ANS AND LAWS The CONSULTANT agrees to abide and be governed by all duly promulgated and published CTTY, County, State and Federal codes, ordinanoas and laws in effect at the time of design which have a direct bearing on the WORK involved on this project. The CONSULTANT is required to complete Public Entity Crimes Affidavit form (attached) pursuant to FS 287.133(3xa). 20 - This writing embodies the entire Agrement and understanding between the parties hereto, and there are no other Agreements and understandipp. oral or writtM with refamice to the subject matter hereof that are'not merged herein and gVerseded may. No alteration, change, or modification of the terms of this Agnoe>i mt shall be valid unless made in wrifmg and signed by both parties.hereto, upon appropriate action by the City Commissioners. IN WrINESS WEIF. MF. his Agreement is accepted on the date f m above written subject to the terms and conditions set forth herein. Authority of Resolution No.m- oq- 111(ov duly Passed and adopt by the City of South Miami. City Connission o�.-Ws( ATTEST: STATE OF FLORIDA ). CITY OF SOUTH MIAMI h.q-4-211 Maria V vis, City Manager CONSULTANT: ss: Acknowledgement of City of South I rmli COUNTYOFDADE )- ijAMOrr eAa�t,�p YrCe- p�trOMT The foregoing instntmeat was aclmowledgod before me this ,L��� day ov� ,2004 by MARIA V. DAVIS and MARIA MHIV MEZ City Manager and City CIer, vel of the CITY OF SOUTH MIAMI, on behalf of Lire CITY, who are y pasopally known m me. • Pmftemd Saivim Ag =wd G*Wd Evowedus sources neoembw zroa Page is or 16 Public, St F�oCida Cny P rCrX Print name: ±- ,oW1 4 .C. v"r7,r iw ,�v � �IIM Cornm issionNo o c . sa STATE OF FLORIDA ) �,b �a I ss: Acknowledgement of Consultant °jt no °0T z COUNTY OF DADB ) M pn form, eel t was w1cnowlleedged before me this day of 0 � . 2(m4 by Q PF _ of ._ r�rT5 on behalf of the CONSULTANT. . He is pauy known to me or has produced ac identification. 0M"d BDsk t sa-= Page 16 of 16 UPf.State of Florida Print nano: C%`r'ace m &-r--4c'5 Camnaission NO: U D L (. ?'T 4-7•• • WcwmftwftoDmv42 �hp„�nB,EOd'f AMENDMENT TO CONTINUING PROFESSIONAL SERVICES AGREEMENT DATED DECEMBER 1, 2007 General Engineering Services THIS FIRST AMENDMENT to the December 1, 2007 continuing professional services agreement is made and entered into this 19 Nay of i�Qa • , 20.qj by and between the City of South 11iami, a political subdivision of the State of Florida, (City) and Corzo Castella Cmballo Thompson Salmon, P.A., a professional association authorized to do business in the State of Florida, (Consultant). WHEREAS, in 2007, pursuant to section 287.055, Florida, Statutes, the city requested qualifications from qualified engineers and selected the consultant to provide professional general engineering services; and WHEREAS, the term of the continuing professional services contract expired on September 30, 2003, the parties have mutually agreed, and the consultant is willing and able to perform continuing professional services for the city for another year, starting December 1, 2007 and ending November 30, 2008; WHEREAS, the parties agree to adhere to the basic terms and conditions set forth in the original agreement dated November 30, 2004, but agree to amend the term of the November 30, 2004 contract to reflect a new contract term starting December 1, 2007 and expiring November 30, 2008; and WHEREAS, 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 to.November 30, 2008. NOW THEREFORE, in consideration of the suff of $10.00, the mutual promises and covenants contained in this contract, and for other good and valuable consideration, the receipt and legal sufficiency of which is acknowledged by both parties, the parties agree as follows: 1. WHEREAS CLAUSES I. I. The above whereas clauses are incorporated and made a part of this first amendment to the continuing professional services contract dated November 30, 2004. 2. SCOPE OF WORK — PROFESSIONAL SERVICES 2.1 Consultant's scope of work, professional services, for this project shall be as provided at Section 2 of the continuing professional services contract dated November 30, 2004, on a continuing basis in connection with projects where the basic construction costs does not exceed $ IMIlion, or studies which do not exceed $50,000.00, as amended. The November 30, 2004 agreement is attached as exhibit 1 to this first amendment. 3. PAYMENT — BASIS OF COMPENSATION 3.1 The city shall pay the consultant the contract amount(s) provided as provided for at Section 4, `Basis of Compensation ", of the continuing professional services agreement dated November 30, 3004, which agreememt is attached to the first amendment as exhibit 1. 4. COMMENCEMENT DATE AND TERM , 4.1 The term of this first amendment to the November 30, 2004 continuing professional services agreement shall commence upon the date of December 1, 2007 and expire on November 30, 2008. These provisions shall replace and supercede section 15, "renewal option" of the November 30, 2004, agreement„ & AGREEMENT NOT EXCLUSIVE 5.1' Nothing in this first amendment shall prevent the City from employing other Consultants to perform or provide to the City with the same or similar services. 6. CODES, ORDINANCES AND LAWS 6.1 The Consultant agrees to abide and be governed by all duly promulgated and published City, County, State and Federal codes, ordinances and laws in effect at the time of design which have a direct bearing on the work involved on this project. Attached as exhibit 2 to this amendment is Consultant's executed Public Entity Crimes Affidavit form, as required under § 287.133(3xa), Fla. Stat 7. ENTIRETY OF AGREEMENT 7.1' This amendment to the November 30, 2004 continuing. professional services agreement, when signed by all of the parties, constitutes the full and complete understanding and contract of the parties and may not be in any manner interpreted or fulfilled in contradiction of its express terms. This amendment and the incorporated attachments constitute the entire understanding between the parties and integrates by its terms all previous, contracts First Amendment to Continuing Professional Services Agreement dated November 30, 2004 General Engineering Services Page 2 of4 or understandings, oral or written, between the parties. In the event of any conflict, the terms of this amendment will govern over the provisions of any incorporated documents. 8. SEVERABILITY 8.1 Should any paragtaph or any part of any paragraph of this contract be rendered void, invalid or unenforceable by any court of law, for any reason, the determination shall not render void, invalid or unenforceable any other section or part of any section of this contract. 9. WARRANTY OF AUTHORITY 9.1 The signatories to this contract warrant that they are duly authorized by action of their respective city commission, board of directors or other authority to execute this contract and tb bind the parties to the promises, terms, conditions and warranties contained in this amendment to the continuing professional services contract dated November 30, 2004. No alteration, change, or modification of the terms of this Agreement shall be valid unless made in writing and signed by both parties. 10. NOTICES 10.1 All notices given or required under this contract shall be deemed sufficient if sent by certified mail, return receipt requested, to the addresses of the consultant and to the city specified in this contract, unless either.party shall specify to the other party a different address for the giving of the notices. 11. CONTRACTING OFFICER REPRESENTATION 11.1 For the purposes of this amendment, the contracting officers are as follows: To the City: City of South Miami Yvonne S. McKinley, City Manager 7630 S.W. 64th Court South Miami, Florida 33143 To Consultant: Corzo Castella Cs rballo Thompson Salman, P.A. ALMee) CASW&e 10ce—Q-e.C!4kv1- q01 Pongee A—Leon �3v;•J�goo Cof- -1 GgWets , F-i-' 3SIN 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 the date first above written. Authority of Resolution No.: 208 -07 -12593 duly passed and adopted by the South Mami City Commission on December 18, 2007 ATTEST: ty Clerk Maria M. Menendez ATTEST: APPROVED AS TO FORM & CONTENT City ey CITY OF SOUTH NIIANII, � r ad, �L Mier, ..� '�I% F. CORZO CASTELLA CARBALLO THOWSON SALMAN, P.A., . Consultant Print Name: iDAm,- J cA,7UtLA , die PQ &tom First Amendment to Continuing Professional Services Agreement dated November 30, 2004 General Engineering Services Page 4 of 4 AMENDMENT NO. 1 To PROFESSIONAL SERVICE AGREEMENT Between CITY OF SOUTH MIAMI And CORZO CASTELLA CARBALLO THOWSON SALMAN, P.A. (C3TS) This amends the general engineering service agreement between the City and C3TS relative to the updated Florida Statue 287.055(2. Page 1, second paragraph of the Professional Service Agreement shall read "...on a continuing basis in connection with projects where the.basic construction costs does not exceed S1 million or for study activity when the fee fdr such professional service does not exceed $50,000 or as per Florida Statute update..." in lieu of "...on a continuing basis in connection with projects where the basic construction costs does not exceed $500,000.00 or studies which do not exceed $25,000..." All other provisions of the Agreement remain unchanged. APPROVED: Authority of Resolution No.: 10-07 -12395 Duly passed and adopted by the City of South Miami City Commission on Felnusry 6, 2007. CITY OF SOUTH AflAMlI Signature: A4UW;hfi4W D ate• By; — V KE S. Mck(Nty Title: CITY �ANACi C-F. CORZO CASTELLA CARBALLO THOMPSON SALMAN, P.A. Si Date: ofA -jL&O By: rllf"Onl "ST44-t Title: VI Cr- -lit"pq& 4r SWORN STATEMENT PURSUANT TO SECTION 287.133 (3) (a) FLORIDA STATUTES ON PUBLIC ENTITY CRIMES THiS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS 1. This form statement is submitted to 'niir COO OF S0014- M l AM ) (Print incliuiduare name and title) for &I-W C1t'5r'ULA— `&47-LD _ +MPsdZ :1 , PA . (Print name of entity subminkV sworn etatemenQ ' whose business address is 321 fir V& D�- tM03 eLVP, SUM -4100 CAOft c. -oc.M r-L 331S� and if applicable its Federal Employer identification Number (FEIN) is 65'03°i Itt if the entity has not FEIN, include the Social Security Number of the individual signing this sworn statement. 2. I understand that a'public entity crfnW as defined in paragraph 287.133(1)(g), Florida Statutes, means a violation of any state or federal law by a person with respell to an directly related to the transactions of business with any public entity or with an agency or political subdivision of any other state or with the United States, Including, but not limited to any bid or contract for goods or services to be provided to public entity or agency or political subdivision, of any other — �state-oraf the Unifed-States and involving antibvst. fraud. theft; bribery. collusion, racketeering, conspiracy, or material misinterpretation. 3. 1 understand that "convicted" or ' convicdon' as defined in Paragraph 287.133(1)(b), Statutes. means a finding of guilt or a conviction of a public entity crime, with' or without adjudicadon of guilt. In an federal or state trial court of record relating to charges brought by indictment or infonnadon after July 1, 1989, as a result of a jury verdict, non4ury-trial, or entry of a plea of guilty or polo contendem. 4. 1 understand that an WNW as defined in paragraph 287,133(1)(a), Florida Stalutes means: 1. Apredecessor or successor of a person convicted of a public entity crime, or 2. An entity under the control of any natural person who Is active In the management of the entity and who has bdW convicted of a public entity crime. The term 'afffilate' includes those officers , directors, executives, partners, shareholders, employees, members, and agents who are active In the management of an affiBate. The. ownership by one person of shares constituting a controlling interest In another person, or a pooling► of equipment or Income among • persons wheh not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters-Into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding W months shall be considered an affiliate. 5. 1 understand that a 'person' as defined in Paragraph 287.133(1)(e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United 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 `person" includes those officers, executives, partners, shareholders, employees, members, artd agents who are active in management of an entity 6. Based on information and belief, the statement which I have marked below Is true in relation to the entity submitting this sworn statement. (Please indicate which statement applies.) _ Neither the entity submitting swum statement, nor any of its officers, director, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, nor any affiliate of the entity has been charged with and convicted of a public entity crime subsegyeM to July 1, 1989. The entity, submitting this sworn statement. or one or more of its ofiicets, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity, or an affiliate of the entity had been charged with and convicted of a public entity crime subsequent to July 1, 1989; AND (please indicate which additional statement applies. The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management, of the entity, nor any affiliate of the entity has been charged with and convicted of a public entity crime subsequent proceeding before a Hearing Officer of the State of the State of Florida, Division of Administrative Hearings and the Final Order entered by the Hearing Officer determined that it was not in the public Interest to place the entity submitting this sworn statement on the convicted vendor list (attach a copy of the Mal order). I UNDERSTAND THAT THE SUBMISSION OF THiS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 (ONE) ABOVE iS FOR THAT PUBLIC ENT17Y ONLY AND THAT THiS FORM IS VALID THROUGH DECEMBER 31 OR THE CALENDAR YEAR IN WHiCH IT IS FILED. 1 ALSO UNDERSTAND THAT 1 AM REQUIRED TO. INFORM THAT PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017 FLORIDA STATUTES FOR A CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THiS FORM. (Signatures) Sworn to and subscribed before me thisday of 2p. Personally known - 'To m if Or produced Identification. '—'^ Notary Publi"tate of PW P-,( ' (Type of tdentitcation) My Expires Ady 18, 2011 ga�L,dlYulmFiiY03 - 9 N (Printed, typed a name of notary