Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Res No 056-15-14395
RESOLUTIONNO.056-1 5-1 4395 A Resolution authorizing the City Manager to enter into a three (3)year contract with MiamiBasketball.net,Inc.for the management of basketball services at the Gibson Bethel Community Center. WHEREAS,theCity,through acontractor,operatesyouthandadultbasketballprogramsatthe Gibson-Bethel Community Center;and WHEREAS,theCity issued a request for proposal (RFP),#PR2015-03,for Basketball Management Services on Thursday,February 26,2015,which was posted onthe City's website,Demand Starand advertised inthe Daily Business Review;and WHEREAS,theCity received six(6)proposals thatwere evaluated bya Selection Committee on Wednesday,March 18,2015;the Committee created a short listand scored and ranked two of thesix proposals.The Selection Committee was comprised of JaimeAdams,Assistant Director of Parksand Recreation,DarrylMorrison,ParksandRecreationAdvisoryBoardMember,andCarlWilliams,Deputy Director of Parksand Recreation fortheCity of Fort Lauderdale;and WHEREAS,basedona thorough review of theproposals,the Selection Committee is recommending theaward of thecontractto MiamiBasketball.net,Inc.whowasthehighestranked,responsibleandresponsive contractor;and WHEREAS,theCity Manager hereby recommends thatthe contract be awarded to MiamiBasketball.net,Inc. NOW,THEREFORE BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI,FLORIDA THAT: Section 1.TheCityManagerisauthorizedtoenterintoathree(3)yearcontractwith MiamiBasketball.net,Inc,forthe management of basketball services atthe Gibson-Bethel Community Center, withone(1)two(2)year option-to-renew,atthe discretion oftheCity Manager,foratermnottoexceed five (5)consecutiveyears.Acopy of theagreementisattached. Section 2.Severability.Ifanysection clause,sentence,orphraseofthis resolution isforanyreason held invalid or unconstitutional byacourtof competent jurisdiction,the holding shall not affect the validity of the remaining portions of this resolution. Section 3.Effective Date.This resolution shall become effective immediately upon adoption by vote of theCity Commission. PASSED AND ENACTED this 7th dayof April Ctte _,2015. READ AND LANGUAGI EXEC D AS TO FORM: REOF VEj MAYOR COMMISSION VOTE: Mayor Stoddard: Vice Mayor Harris: Commissioner Edmond: Commissioner Liebman: Commissioner Welsh: 5-0 Yea Yea Yea Yea Yea WkAv.South**Miami THE CITY OF PLEASANT LIVING CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM To: From: Via: Date: The Honorable Mayor &Members of the City Commission Steven Alexander,City Manager Quentin Pough,Director of Parks &Recreation April7,2015 Agenda Item No.& Subject:A Resolution authorizing the City Manager to enter into a three (3)year contract with MiamiBasketball.net,Inc.for the management of basketball services at the Gibson Bethel Community Center. Background:The City issued a Request for Proposal ("RFP"),#PR2015-03/for Basketball Management Services on Tuesday,February 26,2015.The RFP was posted on the City's website,Demand Star and advertised in the Daily Business Review. TheCity received six(6)proposals that were evaluated bya Selection Committee ("The Committee")on Wednesday,March18,2015.The Committee created a short list based on the criteria requested and the responses received and scored and ranked two of the six proposals.The Committee was comprised of Jaime Adams (chairperson),Assistant DirectorofParksand Recreation,DarrylMorrison, Parksand Recreation AdvisoryBoard Member,andCarlWilliams,DeputyDirector ofParksandRecreationfor the City ofFortLauderdale.Basedona thorough reviewof the proposals,the Selection Committee is recommending the highest ranked,responsible andresponsiveproposal,MiamiBasketball.net,Inc.("Miami Basketball"). TheSelection Committee was unanimous in their rankingincludinga determination that MiamiBasketballhad the most experience andcertified resources in the operation of youth and adult basketball leagues and programs of the six(6)proposals that werereceived.Asummaryof the scoringandrankingfor the top two (2)firms follows: Committee Miami Basketball CBF Sports Management J.Adams 98 88 D.Morrison 80 75 C.Williams 100 90 TOTAL 278 253 RANK 1 2 Miami Basketballhasbeenmanagingyouthandadultbasketballleagues throughout Miami-Dade and Broward County foroverfifteenyears.Moreover, MiamiBasketballhasprior experience operating youth andadultbasketball programsin the Citydatingbackto2007,specificallyat the GibsonBethel Community Center.Accordingtoits proposal,MiamiBasketballwillbe \mf i CITY OF SOUTH MIAMI South'Miami ^^SZZZZSSTHECITYOFPLEASANTLIVINGINTER-OFFICE MEMORANDUM responsible forproviding360youth scholarships tolow income residents in South Miami during the three-year term. Revenue:MiamiBasketball.net Inc.hasproposedtopaythe City atotalfeeof $105,000 to utilize theindoor gymnasium atthe Gibson Bethel Community Center from April 2015 through December 2017. Recommendation:Authorize the CityManagerto negotiate andifsuccessful,enter into a three (3)year contract with MiamiBasketball.net,Inc.forthe management ofbasketball services at the GibsonBethelCommunity Center. Attachments:Resolution Pre-bid Sign-in Sheet Bid Opening Report Proposal Summary RFP Proposal,MiamiBasketball.net,Inc. Selection Committee Score Sheets SunBiz Registration Daily BusinessReview Advertisement Demand Star Solicitation Results CONTRACT FOR BASKETBALL MANGEMENT SERVICES THIS CONTRACT,entered into this ^/'clav of April,2015,by the CITY OF SOUTH MIAMI through its Manager,bothofwhomshallbe hereinafter referred toasthe "CITY"where applicable;located at 6130 Sunset Drive.South Miami.FL,E-mail:salexander(5)southmiamifl.gov and MiamiBasketba.net,Inc.withan office and principal place of business located at 18149 SW 3rd Street Pembroke Pines.Florida 33029.andan e-mail addressof andre(5)miamibasketball.net (hereinafter called the "CONTRACTOR"). WITNESSETH: WHEREAS,the CITY is in need of Basketball Management Services;and WHEREAS,the CITY desires to retain the CONTRACTOR to provide the required good and/or services based on the CONTRACTOR'S representations that itisqualified and capable of providing said goods and/or services ina professional and timely manner andin accordance with the CITY's goals and requirements;and WHEREAS,the CONTRACTOR has agreed to provide the required goods and/or services in accordance with the terms and conditions set forth herein. NOW,THEREFORE,in consideration of the mutual covenants and agreements herein contained,the parties agree as follows: 1)Engagement Of Contractor:Basedon the representations of the CONTRACTOR as set out in the following "checked"documents the CITY hereby retains the CONTRACTOR toprovide the goods and/or services set forth insaid proposal,quote or response to solicitation,whichever is applicable,as modified by the Contract Documents defined below (allof which is hereinafter referred toas the Work"). (Check the box immediately preceding the document described below to indicate that such document ispartofthis contract) x Contractor's response to the CITY's written solicitation;or x Contractor's proposal or quote,orif none, xAs described in paragraph 2 below. 2)Contract Documents:The Contract Documents shallincludethis Contract and the following "checked documents",aswellasany attachments orexhibits that aremadea part ofanyof the "checked documents". (Check the box immediately preceding the document describedbelowtoindicate that such document ispartofthiscontract) •General Conditions to Contract, •Supplementary Conditions, x "Other Documents"referring tointhis contract and signed by the parties, x Solicitation documents ("hereinafter referred to as"Bid Documents"including any request forbid,request for proposal or similar request and solicitation letter and Instructions to Respondents,which are attached as Exhibits 8 and 9 hereto,and Exhibits 1 and 2 to the Solicitation) x Scope of Services, x Contractor's response to the CITY's Bid Documents, x Contractor's completed BidForm,attached hereto asExhibit3 to this contract,and including Contractor's commitments found on the attached Solicitation Addendum Nos.1,2&3 and Solicitation Exhibits 1. x CITY's Insurance &Indemnification Requirements, x Projected Program Plan which is attached.Planis subiect to approval ofCitv. x 2015 League Calendar which is attached.Calendar is subiect to approval of City. This Contract and the GeneralConditionstoContract,Supplementary Conditions,the Solicitation,Scopeof Servicesand "Other Documents",ifanyare"checked documents",shalltake precedent overthe response tothe CITY's Bid Documents,the proposal orthe quote,ifany.The"checked documents"are attached hereto andmade a part hereof by reference. 3)Date of Commencement:The CONTRACTOR shall commence the performance oftheWork under this Contract on NL P\>or if no date is set then on a date to be specified in a Notice to Proceed,or PurchaseOrder,(hereinafter referred toas the "Work Commencement Date"),andshall complete the performance hereunder within N/A daysorthelengthoftime set forthin the Contract Documents,whicheveris the shorter period of time.Time is of the essence. 4)PrimaryContacts:ThePrimaryContactPersoninchargeofadministeringthisContractonbehalfof the CITY isthe City Manager ("Manager"),assistant Manager,ortheManager'sdesignee,whoshallbedesignated ina writing signed by the Manager.ThePrimary Contact Personfor the CONTRACTOR and his/her contact information isas follows:Name:Andre Daniels:e-mail:andre(j5)miamibasketball.net:Fax:N/A:Street Address: 18149 SW 3rd Street,Pembroke Pines.Florida 33029. Page1 of 22 5)Scope of Services:Thegoods and/or servicestobeprovidedareas set forthin the "checked documents". 6)Compensation:The compensation tobepaidby the CONTRACTOR (hereinafter referred to asthe Contract Price)to the Cityshallbeassetforthin x CONTRACTOR'S response to the City's written solicitation,if any,or,ifnone,thenas set out ina CONTRACTOR'S proposalorquote,whicheverisapplicable,andasmodifiedby the Contract Documents.THEFAILUREOFTHE CONTRACTOR TO MAKE FULL AND TIMELY PAYMENT ISA MATERIAL BREACH OF THIS AGREEMENT.INTHE EVENT OF ANY MATERIAL BREACH OFTHE TERMS OFTHE CONTRACT DOCUMENTS SHALL AUTHORIZE THECITYTO TERMINATE THIS AGREEMENT AND AWARD A CONTRACTTOANOTHERINDIVIDUALORENTITY AND/OR TOAUTHORIZETHECITYTOTAKEOVERTHE PROGRAM,INCLUDING THE RIGHT TO SOLICIT THE PARTICIPATION OFTHE SAME INDIVIDUALS WHO WERE PARTICIPATING WITH THE CONTRACTOR.THE CONTRACTOR SHALL NOT ENTER INTO ANY AGREEMENT WITH THE CONTRACTOR'S PARTICIPANTS OR ANYONE ELSE INVOLVED INTHE BASKETBALL PROGRAM TO RESTRICT THEIR RIGHT TO PARTICIPATE IN ANOTHER PROGRAM AFTER THE CONTRACTOR HAS MATERIALLY BREACHED THIS AGREEMENT OR THAT FORFIETS ANY FEESPAIDBYTHE PARTICIPANT TO THE CONTRACTOR FOR SERVICES NOT PERFORMED BYTHE CONTRACTOR.ANY AGREEMENT IN VIOLATION OF THIS RESTRICTION SHALL BE VOID AB INITIO. 7)Time Provisions:The term of this Contract shall commence on the Work Commencement Date and shall continue for three (3)consecutive years,with one(1)two (2)yearOption-to-Renew;the Option-to-Renew isat the discretionof the CityManager,orunlessearlier terminated accordingtotheContractDocuments. Notwithstandingtheforegoing,thisContractmaybeextendediftheextensionisinwritingandsignedbythe City Manager.An extension of the term of this Contract is at the CITY's sole and absolute discretion but in no event may the term of the contract exceed five years. 8)Termination:This contract maybe terminated without causeby the CITY with30daysofadvanced written notice.Thisprovision supersedes and takes precedence overany contrary provisionsfor termination contained in the Contract Documents. 9)ApplicableLawandVenue:Floridalawshallapplytothe interpretation and enforcement ofthis Contract.Venueforall proceedings shallbeinMiami-DadeCounty,Florida. 10)Insurance,Indemnification&Bonding:CONTRACTOR shallcomplywith the insurance, indemnification and bonding requirements set forth in the Contract DocumentsandinExhibit2. 11)LiquidatedDamages:Inthe event that the.CONTRACTOR shallfailto complete theWorkwithin the timelimit set forthin the Contract Documents,orthe extended timelimitagreedupon,in accordance withthe procedure asmoreparticularly set forthin the Contract Documents,liquidated damages shallbepaidat the rateof $N/Adollarsperdayuntil the Workiscompleted. 12)Jury Trial Waiver:Thepartieswaive their righttojurytrial. 13)Entire Agreement,Modification,and Non-waiver:The Contract Documents constitute the entire agreement ofthepartiesandsupersedesanyprioragreements,writtenororal.TheContractDocumentsmaynot be modified or amended except in writing,signed by both parties hereto.The retract Documents,in general,and this paragraph,inparticular,shallnotbemodifiedor amended byanyactsor orxssions oftheparties.Nofailure to exercise andnodelayinexercisinganyright,power orprivilegeshall operate asawaiver.Nowaiverof the Contract Documents,in whole or part,including the provisionsofthis paragraph,maybeimpliedbyanyactor omission. 14)PublicRecords:CONTRACTOR andallofits subcontractors arerequiredtocomplywiththepublic records law (s.119.0701)whileprovidinggoods and/or Servicesonbehalfof the CITY and the CONTRACTOR,under suchconditions,shall incorporate this paragraph inallofits subcontracts forthisProject. 15)BackgroundScreening.All personnel and volunteers that will provideanyservicewithvulnerable persons asdefinedinSection435.02,Fla.Stat,involving anyCityoritsAgency'srelatedactivitymustbein compliancewith Level II BackgroundScreeningandfingerprinting requirements asper,Florida Statute Ch.435 prior to the scheduled start of any employee or volunteer.CONTRACTOR shall prevent anyandallofits personnel, including volunteers,from engaging inany related activities without having passed a background screening to the satisfactionofthe City.A violation of this requirement shall constitute a substantial breach of the agreement. 16)DrugFree Workplace.The CONTRACTOR shall comply with the DrugFree Workplace policy set forth in the Cityof South Miami's Personnel Manualwhichis made a part ofthis Contract by reference. 17)Transfer and Assignment.Noneof the Work under this contract shall be subcontracted or assigned without prior written consent from the Citywhichmaybe denied without cause. 18)Notices.All notices givenor required under this contract shallbe deemed sufficient if sent bya method that provides written evidence of delivery,including e-mail and facsimile transmission and delivered to the Page2 of 22 a Thomas F.Pepe IV i) io-i3-i4 a y CONTRACTOR orhis designated contact person.Returnofmail,sent to the address contained herein for the parties or their contact persons,as not deliverable orfor failure to claim the mailshallbe deemed received on the date that the mail is returned to sender. 19)Participants:At the beginning and at the endof each basketball season the CONTRACTOR shall provide the City with a complete listofallof the name and addresses ofall participants,and if the participant isa minor,the names and addresses of the participant's parents and/or guardian. IN WITNESS WHEREOF,the parties,have executed this Contract,on or before the date first above written,with full knowledge ofits content and significance and intending to be legally bound by the terms hereof. Thomas F.Pcpe 10-13-14 MiamiBasketball.ftelftlnc. Andre Daniels END OF SECTION Page 3 of 22 Exhibit 1 SCOPE OF SERVICES Basketball Management Services RFP#PR-2015-03 INTRODUCTION &BACKGROUND TheCityofSouthMiami'sParksandRecreationDepartmentisseekingproposalsfromexperiencedand capable parties forthe purpose of entering intoan agreement withand individual orfirmtodevelop, operate,managepromote,implementandsuperviseco-edyouthandadultbasketballprogramsand servicesattheCity of SouthMiami,GibsonBethelCommunityCenter.Theagreementshallbefora three-year(3)term,withone(1)two-year(2)Option-to-Renew;therenewalisatthediscretion of the CityManager.TheselectedRespondentshallprovideasafe,highqualityandcustomer-oriented operationwith well-maintained equipment and experienced staff;andofferdiverse basketball programs andservicesnormallyassociatedwiththe industry.Additionally,thesuccessfulRespondentwillactasan independent Contractorto develop,promote,and manage all basketball relatedprogramsatpremisesin theindoor gymnasium,whichshallbe subject totheoverallpolicydirectionandapprovaloftheParks andRecreation Director andtheCityManager. Proposalsshallcontainthefollowingminimumprovisions: TERM Thetermofthisagreementshallbeforaperiod of three(3)consecutiveyears,withone(1)two-year(2) Option-to-Renew.TheOption-to-RenewisatthediscretionoftheCityManager. Thesuccessful Respondent mayutilizetheindoorbasketballgymnasium at theGibsonBethel Community Center Youth andAdultBasketballManagementProgramsfromAprilthrough December duringtheterm of thisagreement,butonlyonMondaythroughFridayfrom6:00PMto10:00PMand Saturdayfrom 11:30 AMto5:30PM.Hourscannotbeextendbeyondthelistedhours of operations.All activitiesandoccupationofthepremises,includingtheparkinglot,shallceaseattheclosing of the Basketball Programs operating hours. SITE DESCRIPTION TheCityhas identified thefollowingparksiteforthissolicitation: Gibson Bethel Community Center,5800SW66Street,SouthMiami,FL.,33143,hereinafter referred to asthe Community Center and/or Center. The siteis provided inas-is condition.Thesite consists of two(2)north andsouth short-full courtsand one(1)long-eastandwestfullcourt.Therearetwo(2)wall scoreboards andtwo(2)fixedrollout bleachers for guests. BACKGROUND SCREENING Allpersonneland volunteers of theselected Contractor who provide any service forthebasketball program whether atthe Community Centeror anywhere elsemustbein compliance withLevelII Background Screening and fingerprinting requirements asper Exhibit "5"Chapter 435,including but not limited to Florida Statute 435.04,Employment Screening,priortothescheduledstart of employmentorvolunteerism.Aviolationofthisrequirementshallconstituteasubstantialbreach of the agreement. Page 4 of22 Thomas F.Pepe 10-13-14 RESPONSIBILITIES OF THE PARTIES Contractor's Responsibilities: The Contractor shall: a)providecontinuous,scheduledbasketballprogrammingandservicesfromApril through December,atleastsix(6)daysperweekduringeachyear of theterm of this agreement; and b)providethe Director of ParksandRecreationwithawritten program schedule prior to each season,thedates of which shallbe recommended bythe Contractor and approved by theCity Manager or his/her designee;and c)develop,operate,manage,promote,implementandsuperviseco-edyouthandadult basketballprograms,includingrecreationleagues,tournaments,practices,trainings and clinicsfor participants of allagesandabilities;and d)submitany documents and/or marketing materials,notlimitedtoflyers,banners, advertisement related to Basketball Programstothe Director of Parksand Recreation or his/her designee forfinalapprovalpriorto distribution;and e)recruit,train,compensate,andassign staff andor volunteers to perform alltasks associated with conducting basketball operations.Theterm "staff includes employees, volunteers,coaches,game officials (referees),scoreboard operators,scorekeepers,site supervisorsandanyoneelsenecessarytoadequatelyperformthedutiesrequiredbythis RFP;and f)provideuniformsforallplayersandreferees,participation awardsand individual trophies forplayersonteamsthatfinishinfirstplaceandsecondplace. g)hireaCity of SouthMiamiPoliceOfficertoprovidesecurityservicesforYouthand Adult Basketball Management Basketball Programs if determined necessary bytheCity Manager or his/her designee:and h)haveitsgame officials complywithall regulations inthe current Florida HighSchool Athletic Association (FHSAA)rulebook;and i)assessprogramfeesthatarepracticalandconsistentwithindustrystandards;and j)ensurethatemployeesoftheContractoraredistinctivelyuniformedsoastobe disguisableastheselectedContractorstaffandnotCityemployeesandensurethatall personnelandvolunteerswearidentification approved bytheCitywhich "must"bein theirimmediatepossessionontheirpersonatalltimesduringtheoperations of the programandmustbeproducedimmediatelyforinspectionattherequest of City of South Miami personnel;and k)makeeveryattempttohirequalifiedlocalresidentswhichwouldbeabenefittotheCity asa whole;and 1)maintainsufficientdocumentationtoestablishedthatbasketballprogramsandservices offeredbytheContractorareopentothegeneralpublicandallprogramfeesare consistentlyandfairlyappliedfortheproperandefficientmanagementandoperationof the Basketball Programs;and m)maintaintheCommunityCenter's basketball gymnasiuminasafe,clean,sanitaryand workable condition;and n)provideaqualified,on-sitemanagerordesigneewhoshallbeavailableduringnormal business hoursandbeoncall,atalltimes,for emergencies orothermattersrelatedtothe Basketball Program;and o)ensurethatallon-sitesupervisorsarerequiredtohaveFirstAide,CPRandAED Certifications;and p)offerbasketballprogramsandservicestonon-CityandCityresidentswhoshallbe hereinafterreferredtoasParticipants;and q)secure all necessary permits and comply with applicable Miami-Dade County andCityof SouthMiamicode requirements;and r)provide a minimum often (10)basketball scholarships designated for South Miami youth residents each basketball season that shall enablethe recipients to participate inthe basketballprogramfreeofcharge;and Page 5 of 22 Thomas F.Pepe 10-13-14 s)prevent anyandallofits personnel,including volunteers,from engaging inany related activities without having passed a background screening tothe satisfaction ofthe City; and t)ensure thatthe Contractor,allofits personnel and anyone affiliated withthe Contractor, includingbutnotlimitedtoitsclients,andtheir family andfriends,shallvacantthe premises,including the parking lots,afterthe ending ofthe Basketball Programs operating hours eachday;and u)complywithall of therequirementsoftheRFP;and v)complywiththeotherrequirementssetforthbelow. City's Responsibilities: TheCityshall: a)furnish existing City owned storage facilities atthe Community Center forthe purposes of accommodating Contractor's operations;and b)maintain the Community Center's Indoor Gymnasium in operational order,including scoreboards,floor,benches,wall padding,bleachers,basketball goals andnets,storage facilities,and lights,provided theworkisnot required duetoa breach of Contractor's duties. BINDING EFFECT OF PROPOSAL: Whetherornotarespondentacceptsall of thetermsofthecontractcontainedinthisRFPwillbeafactor tobe considered astothe responsiveness ofthe Respondent's proposal.Ifthe Respondent doesnotreject anyofthetermsofthecontract,then,by submitting a proposal,itwillbean irrefutable presumption that the Respondent agreestoall of theterms of the contract that isattachedasan exhibit tothisRFP. QUALIFICATIONS TheselectedRespondentand/oritssubcontractors(asapplicable)shallhave: 1.Aminimum of five(5)years priorexperienceinmanagingandoperatingbasketballprogramsand services. 2.Knowledge of businessoperationsandthelegalrequirementsassociatedwiththistypeof operations. 3.Experienceasamanager of asportsfacilityand/orprogram. 4.LocationsanddatesRespondentpreviouslymanagedsportsfacilitiesand/orprograms. 5.Minimumthree(3)recommendationlettersfrompreviouslymanagedsportsfacilitiesand/or programs. 6.Athleticassociationmemberships. 7.Demonstrated financialabilitytoperformtheresponsibilities of theAgreement. 8.Background information onallpersonsofsignificantresponsibilitywithinthe Respondent's organization. PAYMENTS TO THE CITY Themonetary consideration paid totheCity of South Miami shallbe provided totheCityattwospecific dates.First payment,consisting of 50%ofthe agreed annual amount,shall be due onor before April 5th of each year by 4:00 PM.The second payment,consisting of the remainder (50%)of theagreedannual amount,due onor before August 5th of each yearofthe agreement by 4:00 PM. All Payments mustbe delivered tothe City's Finance Department locatedatCityHall,6130Sunset Drive,SouthMiami,FL 33143.Each Respondent tothisRFPshallsetforththe proposed consideration onthe "Proposed Pricing Sheet"found in Exhibit 4 RFP #PR-2015-03. Page6 of 22 Thomas F.Pepe 10-13-14 Exhibit 2 Insurance Requirements Basketball Management Services RFP #PR-2015-03 1.01 Insurance A.Without limiting itsliability,thecontractor,consultantorconsulting firm (hereinafterreferredtoas "FIRM"with regardtoInsuranceand Indemnification requirements)shallberequiredtoprocureand maintainatitsownexpenseduringthelife of theContract,insurance of thetypesandinthe minimum amountsstatedbelowaswillprotecttheFIRM,fromclaimswhichmayariseout of orresultfromthe contractortheperformance of thecontractwiththeCity of South Miami,whethersuchclaimisagainstthe FIRM oranysub-contractor,orbyanyonedirectlyorindirectly employed byany of them orbyanyonefor whose actsany of them may beliable. B.Noinsurancerequiredbythe CITY shallbeissuedorwrittenbyasurpluslinescarrierunlessauthorizedin writing by the CITY andsuch authorization shallbeatthe CITY's soleandabsolutediscretion.The FIRM shallpurchaseinsurancefromandshallmaintaintheinsurancewithacompanyorcompanieslawfully authorizedtosellinsuranceintheState of Florida,onformsapprovedbytheState of Florida,aswill protect the FIRM,ata minimum,fromallclaimsassetforth below which may ariseout of orresultfrom theFIRM'S operations undertheContractandfor which the FIRM may be legally liable,whether such operationsbebythe FIRM or by aSubcontractororbyanyonedirectlyor indirectly employed byany of them,orbyanyoneforwhoseactsany of themmaybeliable:(a)claimsunderworkers'compensation, disability benefit andothersimilar employee benefitactswhichareapplicabletothe Work tobe performed;(b)claimsfordamagesbecause of bodilyinjury,occupationalsicknessordisease,ordeath of theFIRM'S employees;(c)claimsfordamagesbecause of bodilyinjury,sicknessordisease,ordeath of anypersonotherthanthe FIRM'S employees;(d)claimsfordamagesinsuredbyusualpersonalinjury liabilitycoverage;(e)claimsfordamages,otherthantotheWorkitself,because of injurytoordestruction of tangibleproperty,includingloss of useresultingtherefrom;(f)claimsfordamagesbecause of bodily injury,death of apersonorpropertydamagearisingout of ownership,maintenanceoruse of amotor vehicle;(g)claimsforbodilyinjuryorpropertydamagearisingout of completedoperations;and(h) claims involving contractual liabilityinsuranceapplicabletothe FIRM'S obligationsunderthe Contract. 1.02 Firm's InsuranceGenerally.TheFIRMshallprovideandmaintaininforceandeffectuntilalltheWorkto beperformedunderthisContracthasbeencompletedandacceptedby CITY (orforsuch duration asisotherwise specified hereinafter),the insurance coveragewrittenon Florida approved formsandassetforthbelow: 1.03 Workers'Compensation Insurance atthe statutory amountastoallemployeesincompliancewiththe "Workers'Compensation Law"oftheState of Florida including Chapter 440,Florida Statutes,as presently written or hereafter amended,andall applicable federal laws.In addition,thepolicy(ies)must include:Employers' Liability atthestatutorycoverageamount.The FIRM shallfurtherinsurethatall of itsSubcontractorsmaintain appropriate levels of Worker'sCompensationInsurance. 1.04CommercialComprehensiveGeneralLiabilityinsurancewithbroadformendorsement,aswellas automobile liability,completed operations and products liability,contractual liability,severability of interest with cross liability provision,and personal injuryand property damage liability withlimits of $1,000,000 combined singlelimitper occurrence and $2,000,000 aggregate,including: •PersonalInjury:$1,000,000; •MedicalInsurance:$5,000perperson; •PropertyDamage:$500,000eachoccurrence; 105 Umbrella Commercial Comprehensive General Liability insurance shall be written ona Florida approved form withthe same coverage asthe primary insurance policy butinthe amount of $1,000,000 per claim and $2,000,000AnnualAggregate.Coveragemustbeaffordedonaformnomorerestrictivethanthelatestedition of the Comprehensive General Liability policy,without restrictive endorsements,as filed bythe Insurance Services Office, and must include: (a)PremisesandOperation (b)Independent Contractors (c)Products and/orCompleted Operations Hazard (d)Explosion,Collapse and Underground Hazard Coverage (e)BroadFormPropertyDamage Page8 of 22 Thomas F.Pepe 10-13-14 (f)Broad Form Contractual Coverage applicable to this specific Contract,including anyhold harmless and/orindemnificationagreement. (g)Personal Injury Coverage with Employee and Contractual Exclusions removed,withminimumlimits of coverage equal tothose required for Bodily Injury Liability and Property Damage Liability. 106 Business Automobile Liability with minimum limits of One Million Dollars ($1,000,000.00)plus an additional One Million Dollar ($1,000,000.00)umbrella per occurrence combined single limit for Bodily Injury Liability and Property Damage Liability.Umbrella coverage mustbe afforded ona form nomore restrictive thanthe latest edition ofthe Business Automobile Liability policy,without restrictive endorsements,as filed by with the state of Florida,and must include: (a)Owned Vehicles. (b)Hired and Non-Owned Vehicles (c)Employers'Non-Ownership 1.07SUBCONTRACTS:TheFIRM agrees that if any part of theWork under the Contract is sublet,the subcontract shall contain thesame insurance provision asset forth in section 5.1 above and 5.4below and substituting the word Subcontractor for the word FIRM and substituting the word FIRM for CITY where applicable. 1.08Fireand Extended Coverage Insurance (Builders'RiskV IF APPLICABLE: A.Intheeventthatthis contract involvesthe construction of a structure,theCONTRACTOR shall maintain, withan Insurance Company or Insurance Companies acceptable totheCITY,"Broad"form/All Risk Insurance on buildings and structures,including Vandalism &Malicious Mischief coverage,while inthe course of construction,including foundations,additions,attachments and all permanent fixtures belonging to and constituting a part of said buildings or structures.The policy or policies shall also cover machinery, ifthe cost of machinery is included inthe Contract,orifthe machinery is located ina building that is being renovated by reason ofthis contract.The amount of insurance must,at all times,beatleast equal tothe replacement and actual cashvalue ofthe insured property.Thepolicy shall beinthename of the CITY and theCONTRACTOR,astheirinterestmay appear,andshall also coverthe interests of all Subcontractors performing Work. B.All ofthe provisions set forth inSection5.4 herein below shall applytothis coverage unlessitwouldbe clearlynotapplicable. 1.09 Miscellaneous: A.If anynotice of cancellation of insurance or change in coverage isissuedbythe insurance company or shouldany insurance havean expiration datethatwill occur during the period ofthis contract,theFIRM shallberesponsibleforsecuringother acceptable insurance priortosuch cancellation,change,or expiration soastoprovide continuous coverage as specified inthissectionandsoasto maintain coverage duringthe life of thisContract. B.Alldeductiblesmustbe declared bytheFIRMandmustbeapprovedbytheCITY.Attheoption ofthe CITY,eithertheFIRMshalleliminateorreducesuch deductible ortheFIRMshallprocureaBond,ina formsatisfactorytothe CITY coveringthesame. C.Thepoliciesshallcontainwaiver of subrogation against CITYwhere applicable,shallexpresslyprovide thatsuchpolicyorpoliciesareprimaryoveranyothercollectibleinsurancethat CITY mayhave.The CITY reservestherightatanytimetorequestacopy oftherequiredpoliciesforreview.All policiesshall containa"severability of interest"or"crossliability"clausewithoutobligationforpremiumpayment of the CITY aswellas contractual liabilityprovisioncoveringthe Contractors dutytoindemnifytheCityas provided inthis Agreement. D.Before startingthe Work,the FIRM shalldelivertothe CITY and CONSULTANT certificates of such insurance,acceptabletothe CITY,aswellastheinsurancebinder,if oneisissued,theinsurancepolicy, includingthedeclarationpageandallapplicableendorsementsandprovidethename,addressand telephonenumber oftheinsuranceagentorbrokerthrough whom thepolicywasobtained.Theinsurer shallberated A.VII orbetterper A.M.Best's KeyRatingGuide,latesteditionandauthorizedto issue insuranceintheState of Florida.AllinsurancepoliciesmustbewrittenonformsapprovedbytheState of Floridaand they must remain infullforceand effect fortheduration ofthecontractperiodwiththe CITY. The FIRM may berequired by the CITY,atitssolediscretion,toprovidea "certified copy"ofthe Policy (asdefinedinArticle1 ofthisdocument)whichshallincludethedeclarationpageandallrequired endorsements.Inaddition,the FIRM shalldeliver,atthetime of delivery of theinsurancecertificate,the following endorsements: (1)a policy provision oran endorsement with substantiallysimilarprovisionsasfollows: "The City of South Miami isanadditionalinsured.Theinsurershallpayall sums thatthe City of SouthMiami becomes legallyobligatedtopayasdamagesbecause of 'bodily injury",'property damage',or "personal andadvertisinginjury"anditwillprovidetotheCityall of thecoverage thatistypicallyprovidedunderthestandardFloridaapprovedformsforcommercial general liability coverageAandcoverageB"; (2)a policy provision oran endorsement withsubstantiallysimilarprovisionsasfollows: Thomas F.Pepe 10-13-14 Page9 of 22 "This policy shallnotbe cancelled (including cancellation for non-payment of premium), terminatedormateriallymodifiedwithoutfirstgivingtheCityofSouthMiamiten(10)days advancedwrittennoticeoftheintenttomateriallymodifythepolicyortocancelorterminatethe policyforanyreason.ThenotificationshallbedeliveredtotheCitybycertifiedmail,with proof of delivery tothe City." Contractor's Responsibility Prior to Receiving a Notice to Proceed PriortotheCityissuingaNoticetoProceed,thecontractorshalldeliveracopy(eitherhardcopyor,preferably, electronically)of thepolicy,includingthedeclarationpageofthepolicyandallendorsementstothepolicyandthat thecontractorshallprovidetheCitywiththename,address,includingemailaddress,andphonenumberofthe contractor's insurance agent. The Contractor's insuranceagentmustprovidetheCitywithevidencethattheinsurerissuingthepolicyislicensed andauthorizedtodobusinessinFlorida,withpolicydocumentsthathavebeenapprovedbytheState of Florida and thattheinsurancecarrierisnotissuingthepolicyasasurpluslinescarrier.Itshallalsorequestacitationtothepage number of thepolicy,ortheformnumber of theendorsementthatmeetsthefollowingCityinsurancerequirements, andrequest that heorshe highlight therelevantlanguage of theportion of thepolicy and/or the endorsements that, inhisorherestimation,meetstheserequirements: The endorsements orthepolicymust provide or show that: a)the cityisan additional insured; b)coverage includes contractual liability; c)theCitywillbe provided atleast10daysadvancednotice of any cancellation of thepolicy,including cancelation for non-payment of premium andatleast30 days'advancednotice of anymaterialchangesto the policy or of cancellation foranyreasonotherthan non-payment;and d)eitherpolicyprovisionoranendorsementprovidingthatthepolicyis primary andnon-contributory, suchasan endorsement thatprovidesthatthevendor'spolicyisprimary over all of thecity'sapplicable insuranceandthattreatsthecity'spoliciesasexcesscoverage. Itmaybethatsome of these provisions are combined intooneendorsementorcontainedinthepolicyitself. If thepolicydoesnothaveanadvancednotice of cancellationprovisionthatsuppliestheCitywithadvancednotice, thecontractorcanstillcomplywiththeinsurancerequirementifthecontractorprovidesthecitywith proof thatthe policypremiumhasbeenpaidinfullandprovidedthe contractor paysa monitoring fee,currently setat$25per month. Indemnification Requirement A.TheContractoracceptsandvoluntarilyincursallrisks of anyinjuries,damages,orharmwhich mightariseduringtheworkoreventthatisoccurringonthe CITY's propertyduetothenegligenceorotherfaultof the Contractor oranyoneactingthroughoron behalf of theContractor. B.TheContractorshallindemnify,defend,saveandholdCITY,itsofficers,affiliates,employees, successorsandassigns,harmlessfromanyandalldamages,claims,liability,losses,claims,demands,suits,fines, judgments orcostand expenses,including reasonable attorney'sfees,paralegal feesand investigative costs incidental theretoand incurred priorto,during or following any litigation,mediation,arbitration and atall appellate levels,whichmaybe suffered by,or accrued against,charged toor recoverable from theCityofSouthMiami,its officers,affiliates,employees,successors and assigns,by reason ofany causes of actions orclaimofanykindor nature,including claims for injury to,or death ofany person or persons and forthelossor damage to any property arising outofa negligent error,omission,misconduct,orany gross negligence,intentional actor harmful conduct of the Contractor,its contractor/subcontractor oranyoftheir officers,directors,agents,representatives,employees,or assigns,oranyoneactingthroughoronbehalfofanyof them,arising outofthis Agreement,incident toit,or resulting fromthe performance or non-performance ofthe Contractor's obligations underthis AGREEMENT. C.The Contractor shallpayallclaims,lossesandexpensesofanykindornature whatsoever,in connection therewith,including the expense or loss ofthe CITY and/or its affected officers,affiliates,employees, successors and assigns,including their attorney's fees,inthe defense of any action inlawor equity brought against them and arising from the negligent error,omission,oractofthe Contractor,its Sub-Contractor or any of their agents,representatives,employees,or assigns,and/or arising outof,or incident to,this Agreement,or incident toor resulting fromthe performance or non-performance ofthe Contractor's obligations underthis AGREEMENT. D.The Contractor agrees and recognizes that neither the CITY norits officers,affiliates,employees, successors and assigns shall beheldliableor responsible for any claims,including thecostsand expenses of Page 10 of 22 Thomas F.Pepe 10-13-14 defending such claims whichmayresult from or arise outof actions or omissions ofthe Contractor,its contractor/subcontractor or any of their agents,representatives,employees,or assigns,or anyone acting through or on behalf ofthe them,and arising outofor concerning the work or event that is occurring on the CITY's property.In reviewing,approving or rejecting any submissions or acts ofthe Contractor,CITY inno way assumes or shares responsibility or liability forthe acts or omissions ofthe Contractor,its contractor/subcontractor or any oftheir agents,representatives,employees,or assigns,or anyone acting throughoronbehalfofthem. E.The Contractor hasthedutyto provide a defense with an attorney orlaw firm approved bythe CityofSouthMiami,whichapprovalwillnotbe unreasonably withheld. END OF SECTION Page 11 of 22 Thomas F.Pepe 10-13-14 Exhibit 3 BID FORM Basketball Management Services RFP#PR-2015-03 Including Addenda 1,2 &3 with Contractor Commitments and Basketball Official's Pledge Page 12 of 22 Thomas F.Pepe 10-13-14 Exhibit 3 BID FORM Basketball Management Services RFP#PR-20l5-03 11|i($>RQPOSAU IS SUBMITTED tdi Steven Alexander Crcy Manager Cityt^SJ^Mlaroi $.130 Sunset Drive SoutfcWiarrtfc ft.33443 i. SouthMiamwnthe form mdwiedlh this RFP Package for RFP #PR-2015-03 and to perform and fornsn-all,£*?3E?dflr '"f*"1 '"*«m W*m**set forth in Exhibit ifeope ofsS^Sm^P^^^fo^o^.Wiih,n the C<*tra*Tin*and in accordaiceS potheriS *liSS!*^^?^*^j*Ww>d "^tionspfth^mmmm Instructionsto Respondents,including widiout im*^*th<*e dealing with the disposition of Proposal®*Bond,if ,-eouired.tS^^'f^^^^^^fer '80 calendar^^|e day^ther^po^ldpeningme ^^JS^IJT 1?**.mt^i m "PP™****#™**to mm>m the Informationcofl^1t»thi$:BidForm.Respe^a*agre«v^RFft already sHbmped,yv(d«nm(10}c^^*~OI 3v rnsubinii^iTt*(Sr*6|>65al,Respondentr^resents that **^J*Tff*S®f^f**wpfesof a«thf RFPDocumeotsand of the following Addenda,If arty(receipt tfall whiefcfc to °•••••••••••••-? AddendiimNo.Addendum No.I Dated:March 9^,20 IS Addendum No.AddeadJroNp,1 Dated.Marf+1 ,a».?flK Addendum NQi Addendum No,3 Dated:March12*3615 b.Respondent has fenjjiarfced himself with the nature and extern of the Contract Documents,thePJP^orlc;site,tecattt*and 0 focal condition*and laws and i«B*^:fl|S5K?2S f^.**?L?FOF?*'I**0™*"**or furnKshihg of the Work,as wt forth in Exhibit I Scope ofSanncef. Ihserfthe following infermatiorTfor foture confMronitation with you concerning thfe Proposal- R^SPQNDENT:HNiWlBii«ketibatt.N«t Cbnuct Person:Andre Daniels Address:*JO*momWMi I '&F*Pembroke Pines Fl.33028-3011Telephone:(784)205-519$ **(954)392-1117 7. 8. a^^^S^-r P^°lfhich **fc^h-*f-Contract shall hay*-the same meaning as isassignedtothemIntheContractDopant*,unless specifically defined in this RFppadage.' Respondent herAy certify tfjat all of the facts and responses In Respondents submittal are true and cprpectand are hereby adopted as paw of *fe %j^submitting this proposal,I on behalf erf the business that Irepresent,hereby agreeto the termrof the pm *******contained in the Al*pad«ge and 1 agreeto be bound1 bythose terms,with any 22?*5^W ******m '**blank *«*'^ln Wl*«&appropriate informationcon^fned ,n thejohcitation Documents and this Proposal,or such information diat the City and I toave !*?§MPPW'""*cogrte °*«»«««negotiations and which have been confirmed by me City in wrttin*including e-mail confirniation,if an*7 7 -wrran*v SUBMITTED THIS If*DAY OF MARCH.2015. PrWlPOSAk^UESMiTT^ MiamiBasketball.Netlnc. Company rr~*!r Andre Daniels President Tide (786)205-5198 TelephoneNumber .gftfr3ft&l117 FaxNumber mlamibasketball.netghotmail.com EmailAddress ENDOFSeGTlCflsj Addendum No.I March 9,2015 Exhibit 4 PRICE PROPOSAL SHEET BasketballManagementServices RFP#PR-20l5-03 Respondent to thi*RFP mm m^m and include this Price Proposal Sheet ttitft their submittal, ftflure to do so shall render the Proposal t*n*mwm>Wii th*rYoposal shall be rejected from further consideratioh,*'v ^BM Annual Amount Year I (9 Months)$30;ooo (plus 115 Free Schojarships w*m YeariC9Months>$35,000:^,20 Ff^sd^brships annually} Ye*3(9 Months)$^i00ft {plus 1*25 Free Sc^brsHipsannually) T<mi*'$W*m (plMs3«0lr^scholar^ips!) <Yo«h,jefiolMst8(tt are offered to:fc^fogpw,raddemfod*SBUU»Mttm? community, Year4 0Month?)$%0^^losl25freesthSla^Wps) Year 5(9 Months)fcjfcpo©(phivr^fr^fcholarships) ^J^^^teratlpjj paid to the City of South Miarltf Snail be provide*to the ^at two STl*^d£oTSKSf^^I1*#**"«'""«*MfcAi**beforer^«S J^L!^£^?i**,ff*****"**<*»•****«*the second payment,^^fl?W^^«^er(^of^^a^re^annual amount,Ml b#due_«c mm»iJSSR ?%JzJz%J£&£****&***mottth *Ktimmm,the failure of the ffll^E*^?^ PROG**^INCUJDJNS THE RIGHT TO SOLICIT THE PARTICIPATION OF tup ^^^^^I^^i&W^^10^*wmmmt&turner xmmESS^^iE^iS^J"^*******PR THAT FORFItT*ANY FEtS r-r»S2r^?TJf JHE^CONTRACfOR SHALL BE VOID IF THE CITY AWARDS THE OUE TOA MATERIAL BREACH OFTHE CONTRACT. ^SSSSS^wSjSSr^**Ci^m^t^rm^htm at City Hall,6130 SubsetS^C^St^MPdftdBnt***W**^*»*proposedconsi^on END OF SECTION BACKGROUND SgRj All personnel and volumeersof the selected Contractor who provide any service for the basketball j*Pprn whether aetfie Community Center Or anywhere else must be in compliance with Level II p<*eTP«ftd Screening and fingerprinting requirements as per Exhibit "5"Chapter 435,Irieludtng but not limited to FloridaStatute 43544,Employment Screening,prior to the scheduled stlrt of employmeiw or yoluTOB^rJi.Avfejiaion of this requirement shall constitute a substantial breach of the agreement. Respondent stages that all current MiamiB^^assistants,volunteers and relatedsaffhavejEassed^LeVel BBackground Screening r^iredby Florida statutes.All rcduired fingerfrlntin|v#bec^^^ Afcf^employees,sttb^ntractors or volunteers wjltfajBfe^^^wccessfeliy complete*Level «Background screening and rtogerprln^prto^ Exhibit I SCOPE OF SERVICES Basketball Management Services RFP #PR-2015-03 RESPONSIBILITIES QPTHl=p^pTl^ Contractor's Responsibilities: the Contractor shaJh. *SS^ISf*11?1*'"*****•^^*^P^m^^and se^es from April*"*BmmMr,at teas*six (8)day*per we**during each year of *e term of tfiis agreement;.'• Respondent agrees to this requirement vwth no exctusions or exceptions. ^W^S^^t.*p^***^^*written progr^k schedule|ripr to each season,the dartetof^hl^shai,l^racommeii&alby the Contractor and approved by g»Cfty Managerorhis/her designee;*nd ' tespondentairee^A sample program schedule:«(attached (See Exhibit&*r^m ftbh ohdCefendor ScWufe"} C)JirS^f'S^"**1^l^^mM^mm and supervise co-ed youth and !S^*RE lN,Sw,s»**P*««i ^**fi»»leagues,tournaments,prances,twlnlngsandrfinicsferpaji^r * f"1^S ^^^^fchas successfully c^^tedaridmanagedyouthandaduit**««»leagues fee the %crfSOuthJliarni.Qur basketball programs have been locredib>popular acid provide1 safe environment for players tovftot onlycompete,but ^also learnlife skllb sucfr^^ Wecurrent^have over I.Q00 participants and ofler youth ahd adult basketball for all agesandexperience levels, Our^rithi^ketba!leagues^coed and arranged By age divisions (U7,U?.UU,UI3, «Ul«>and can fM«l^be MlamiSa>Ketball.oet InCvafco ha*$eyeraj adult basketball programs separated into divisions;Corporate A,*.QantrDi The Wmm*M>si competitive (farmer colleg^arKl professional pla^ fins%our seasonal aflNittproglams^ncludea v«mer^sonly league (simmer},3Sahd over,40andover,andadultcoed. d)submit any documents and/be marketing materials,not limited to Ih/ers, r^ners,advertisement related to Basketball Programs to the Director of Parks and Recreation or his/her designee for final approval prior to distribution;and The Respondent agrees,to:submit all maHceting material to the directorofParks and Recreation priorto distribution. Afew»mplefnar*etihgiterTOare^a B,"Examples ofMaiketing Matenbf')* e)recruit,train,compensate,and assign staff and or volunteers to perform all tasks associated with conducting basketball operations.Theterm "staff"includes employees,volunteers,coaches,game officials (referees),scoreboard operators, seorefceepers,site supervisors and anyone else necessary to adequately perform the duties requiredbythis RFP;ami Each HiaiTiiKte9k««ti|ili«riex-jeii^H^^^irbiB'foflyr trained and tested until they are completely qualified to perform the necessary duties associated with the basketball program, MiamiBasketibalI.net has employed over one hundred registered officials and score keepers.Each employee has extensiyeexpenerice coaching hi^i school,college or professional games. Officials are required to arrive 15 minutes prior tie*game time and check in site managers upon arrival.Referees are required to be knowledgeable regarding all rules,officiate'the games fairly and professionally^and inform the site supervisor if there Is an injury, altercation,coaching problem,or facility issue. ^?J?S?•»**»»for all players and referees,participation awards andindividualtrophiesforplayersonteamsthatfinishinfirstplaceandsecondplace. l^sp^ndentiagFees to provWeall uniforms*awai?ds and trophies at no extra cost bV*^^^'Management Basketball ProgramsJUbLsdDSiLnasss^bY-fee_Citv Manager «r hi^^frnjfr nnri *™TC"*imy Ifsftr^u^ed.the Respondeat agr^^^ l^evide se^ricy service for the Y^A ^ the sole ies|xiH|ftiIity.pr the MbniBasketball-neE Incu ^S^iS^f^T*&?*.a «•***»in •*•«***Florida HighSchoolAthletkAssociation(FHSAA)rule book;and Respondent meets or exceeds this requirement All^iamlBasJtetbalLnet^wmmt^.mm,Inwmo^o^curmt assiinn^i^o^inator servers as the v1ce)Presjden$ofthe Greater Miami Attfetie Coiiferenoe andaJsOaK^ns dficM ^addition tome FHSAA rule book,each officios*sign the attached Code of Ethics Policy that oudines ho*our staff should conduct themselves on and off the court i)assess fn*w1im^***.jmma*and coj^te*fc*ijth^UldustiyStandards;and Wibelieveour program fees are Sir and consistent^ot|er similar programs, -^^ouryomh league^fees^^ S#pJ|rsh|p^sand melude tmiforjnsi awards and trophies.OarA^fesgues fees average r|(^pb team whkih is compa^ Our modes*Dr^hifees are a^ireaion ISiamiBasketbalbet ha*enjoyed so much success over thepast IS years. to i)ensure that employees of the Compactor are distinctively uniformed to as to be disguisable as the selected Contractor staff and not City employees and ensure mat ail personnel arid volunteers wear l^tlncatidn approved by the City Which rnutl"be in their immediate possession on their person at all times during the operations of the program and most be produced immediately for inspection at the request of City of South Miami personnel;and lach staff member is provided auniform that deariy identifies tfiem as arepresentative Of M«u^as*e«>aJl.net Standard equipment for officfeis include;uniform*hat,whistle, penfpT^ciLstopwatch ^hydiratnOn. Respondent agrees that ajl personftei V*ill carry identification at all times and mtist produce identification forinspecdori^ Please Si*Exhibit G,^Em>^'^mS<mAdg^\ ^to^cST^fSK^^**,lfi*<*********+would be abenefittomecity;asa whole;and Whenever possible,RispOndent agrees to hirelpca!Cityof South Miami residents;; ^mlBasketball.net inc.cqrr^dy employs two residents of me City of South Miami, Birectorfddie\fidal and Site SuperyisorAmanda Whiner. inaddition,r«aasketbtf^basic gym Set.up fcvteepfr^passing ou^^ *"2*^ahcl all waMefcmwtw^ Manifcas^*fe^^b^^current and former pfeysrs *m We use to notify tte cfcnro^^upcoming sports pr^r***In •M0»MiamiB^ketWl^<m<*»B *4rfc^carnpalgns and various social tnedia outlets t»inforTOthepublfc S!?St!/f^frf °n °Ur web^^^il^fetefor ^jgarerair public-^"",ir ''"t gofers a/dlsc^ntifbf i^lt^chHdren families, Uchild-Fall Price, 2««^d^^cijsc^ynt 3*child ^50&discount ^chfld.ppee FuB scholarship am ayaii^^femto who register and duality With the CiJtyof^wAMiamK ViaftiaioaFaccbdck: ••P<ftotkte<begin niat^^s^ a*aaW«an*Sfp*pm^ 7^0 PUforAtjee10.11.1**tj PletyeriFee* Altar Aw»Mirt.S2E6 Afttn September 1ei.tZSO Miamibasfcetball FALL season,early registration still open,save $25 Don't lose your spot, regiatELtoday. Practices tetfn(n September IS e^games Septerobw 2^d, S«^c^^flayer* w*Wc^a3or^#shodB andtropbbw/rr>0ii»lo, aTKuHR^eiptt^ am hot^w^^tn^older rt^ues.If y^I be pnoyidcd. certificate and niru^in wifi h- r&fiiirtxl toaparftripaia m)maintain the Community Center's basketball gymnasium ma safe,clean, sanitaryand workable condition;and MiamBasketbali.net has been conducting successful basketball programs in South Miami for almost iSyears;Our Staff iy trained to maintain 3safe and clean environment and to treat aJIp^cijsants and the facility with care and respect. Ste Supervisors ensure the gyhf is clean after use and often pay local teen residents to help with basic gym clean-up. n)provide a qualified,on-site manager or designee who shall be available during wwinaibiisinest matters relatedtothe Basketball Program;and All on,site manager have several years of experience conducting similar basketball prograrnsw In addition to comprehensiye knowledge of the FHSAA rule book,each on-site manager receives extensive training regarding ethics,sportsmanship and the proper method for conductingleague games. Sach on-site manager has passed me required Level II background check and hbld CPR and:Brst Ajd certifications.Any pe&oaneljeqy!^ eornpleted prior'to thestartof ttecontract. ^SiSjiSlS *^********are required to haveFirst Aide,CPR andAEDCertofjcations;and -All current Mla|r#asfeetbaH;net supervisors have#1 required Pirst Aid and £P* certifications.AH employees needingthe AED cerfficatibrt will be completed prior to the startofthe comrat*See Bdilbftm "$mpfemAktan4<mmi^mm^ M^iNNba|net l^isextremeryproudbfbur excelled"*g«*W ^adSt 'pasketball programs in several cities across Dade and Broward County mdudini MiamiGartens,Hmleah/Miami ^So^^fm^l^Zifii^^ Althoughimany ofour participants are underprivileged,our leagues have also attracted«^M,a^snmriotamresid^^ ^^earios*****.Pieblesof ^e|les Corp..jpse Mai df Mas**Inc.KayAllen^ante Culpepper,Glen feth*Tim^ay^to name*few;VVe havealso M^miB^s;ket^|^Jt is (co^fer ^^mitmentto excellence thatfedemc^strated by ?f ^"^^^mrM^games,^nve^nt^chedulihgand onlineaccess toScnedjJles,game scores ane)team rankings. AdultLeague Champions Tim r^rd^ayand Gleftnkice Heat Coach Enk SpoaNra and Andre Daniels from MiamiBasketball.net ^^^^S1 '^^l6^6*^i>il#***,*»*»»<"<»s^|>ly-eir|tfa au^pllcauble ^flaunr»i^Oaut«^CoMntcy aand City of South Miami code requirements;and Respetrtdent agrees to obtain any permits necessary at their own expense. rj provide aminimum of ten ^|g)basketball scholarships designated for South Miami youth residents each basketball season that shall enable the recipients to participate in me basketball program free ofcharge;and Respondent believes sportsprograms ate an excellent;way to bring communities together and teach children valuable skife such as discipline,respect and teamwork. For the pa*|5 years,MiamiBasketball.net has prided countless free scholarships to those chikjfrenwhomay riot otherwise beabjetp^ Toward that,gmt M^BasketbalLnet is guaranteeingaminimum of one nufldred twenty pVe(l*S*baske^irscholarships annually allowing Ciy^S^u^MiairiiywitK residents the opportunity «j participate in the basketball program free of charge; In addruonf current Chy of South Miami residents receive a 25%discount off thefr regjstration. 4 ESlSM S«*toprsem*including Volunteers,from engaging in anyrefajedactivitieswithouthavingpassedabackgroundscreeningtothe'satisfaction ofthe City;and ":*..*•» Ail||am»^ketball.netemployees have passed the Level Ubackground screening, See Exhibit j,"Notfonal Baekgrnnd 5<**flfcg rami".Fingerprinting will he completed prior to the start of the contract #^S^^^T^"""^^P««onneI and anyone affiliated with H^iSSPSi **F*"^including the parking lots,after the endingoftheBasketballPi*irams operate ^w,,°* Respondent agrees to mis;requirement with no exceptions or exclusions. W>eiHbrc*team^hes to meet and eachange books detailing acopy of youth|Kuttelpant>mm**™***and arecentcolor photo prior to sfa^tkne^e;and jte|*ndeni;meets or exceeds this requirement The mutual exchange of "Player BpoRi'atthe start of each game has been a standard procedure for all Mjami8asketbail.net programs,lawbook contains the Wayer's name,age,contact •SS^llSfTph°t0,D-**^^^**^m*m*hSampkPfayerBoo*?).Abirth certificate or passport may also be required **^IS*^*****^^ Respondefttasyees to this requirenient with no exclusions or exceptions. fn^!^!^********coed and arranged by age-divisions (U7i U*U11,UK*UI6J and further dMdedJy competitionieveJ when necessary, ^eastetball.net mc^also has several adult basketball programs seMrated into di^iohs?Corporate A 6v<g and D.The «W*levei is the most competitive (former college and p^siohati players),while the 15"divisions are more recreatfonaL wj o»mph/^m;Mof th»wm|u M«miBasketbai!,net believes It has ety complied with aft the requirement*of the RF*AllNJ^doeument^ trtitiifuiiyand notarized vvf^apjitapriate. Ih *^^Respondent has fuMy read the ''C^NTrlA^roR pv^KETBALL MANGEMENT SERyiCES>novided as part of this RFP and Wiyag>ees to all terms and conditionsI varich no exceptions or exclusions. ^f*******S»#a«t*»er requirements set forth below. Implements separate ^ Please see response to fcem V<above. OUAUFICAT^frft The selected Respondentaid/or its subcontractors (as applifcable)shall have: I.Aminimum of five (5)years prior experience in managing and operating basketball programs and MMB^kedMneth*^5years of experience c^rating sports pm^ fiorkta Gftyof^withptiaini OtyofDoral pur ta#of Uioss Catholic School American Senior High School 19 Sports of South Dade Somerset Academy Henry West Lafr Elementary Hello Rorjoa West Pines Optimists Basketball Basketballs Flag Football.Sotcer Volleyball Basketball Basketball Basketball Basketball Basketball,Flag Football,Soccer VojleybaJI,Tennis, Baseball Basketball Basketball South Miami 2000 Doral 2009 MbmiUkes 2Q07 Hialeah 2002 Pembroke Fines 2014 Coral Gables 2014 Hollywood 2011 Pembroke Pines 2013 3 IplSS °f b^mS 0per^°n$"**•*&^iremertts associated with this type of ™^^''^*^^Programs across South Florida forJNJJJfSyears.Creating*successful Ibng running program requires agreat deal ofexpertiseinmanyareasIhcliidingii•• •Corporate Structure .Managing officials •;»Mfuranceandiegal .Organizingcoaches •Permit«ii|artdlicensel .bfepiifclResolution w *?*•Mone*Managementi,,*^*^?^"**t&titraitneg^tfatlons•Hinng and Training staff .,,Maintaining Relationships ...and having fun! 4.Experience as amanager ©fa iports facility and/orprogranv Mrvf^jejj j^ISjcears of experience managing similar basketball and sports programs.Our ^Jwit^^fer^^^i,JGCesiftl1'P"****&&*Swin documented(Please See Exhibit 8,"lifers offiecommend^on'l; residents to come together ?wd partijtipate ift recreational sports> 5.Locationsand dates:Respondent p^ouslymanagtf sports fkilibes and/or program* Please seechart above. *!2!S!S ^^m r^mn^n*^n Otters from previously managed sports facilities and/or fleas?See Exhibit B,betters ofRe^mmendatibn". 7.Athletic assc«iadprt.meni|^hsip:$. MiamifM<etbaii.net employees arM staff are members of the following athletic organizations: •rtatioiwl Ybum C^ •CertifM$p^rB<^h^^ •Gi^t^M^iA^ledc;Conference •Horkfe High S^oe-I Athletic A^iatfc^ 4 Demonstrated financial ability to peribrrr,the responsibilities of theAgreement MlamiBasketball.net Inc.was incorporated In 20O2ahd continues to this day as asuccessful profitable compare Please Sw JExhib^K.'Vin^ 9.B^kgreund information on ail persons of significant responsibility within the Respondent's organization.r Please See Exhibit:€,"%Project Resumes". mVMEKr$fOTHEC|Tt ?***°^7 »ra«e*^n paid to the City of South Miami shall be provided to the Cky at two T^J^T*?*Wj^n^t wnsistlnl of 50*of the agreed annual amount;shall be due on or before *e .^^**6f **™^rfixss^tration,the second paymentconsisbngoftheraminder0OSi)of the agreed annual amount shall be due on or Wore the first 5* day ofthe month following the month ofregistration. *JJ*^*™***IfJ*^to me City's Finance Department located at City Hall,6130 Sunset Drive.South Miamt FL 33143.Each Respondent to this Rf*shall set forth the proposed consideration onthe Proposed PricingSneeC found m Exhibit 4 RFP #PR-20I5-03. ENDOF SECTION MIAMI BASKEBALL.NET INC Mlamf^gF OFFICIAL'S PLEDGE Bs^tbaiU, CXPFIOMSLAST NAME FKS^rNAME'MIDDtEHAME address:•***:mm^.ei^ail address •*SKSISS fl^^W^5 ****<**««*mWaWtom™ln*mam.er that isconsistentwroYgoodspprtananship^befeieduring and afier every |ame ..««.^CT^*^rt tolftptovfe my ta^wleaieWiWs^sd&latlng tecl^ues so that *«*properlyofficiate the 'S^*****^***mm ***»^uUtf'****^rm*k*-up5.jfc^aJwffcEs^^£•Never harass players,parent*or^o^roafcjals iitar^mamust me expecwnons 8 S2^£^^*m ifsPecttand «**•*mtWm sfcctawrs and supporters do fesMe*gj*7»«***™ai fc^**.the game is played v#kth?Sof^^by*. '*.^^*tSi!li4^'^I^^taU^UMor^re !f M^feff'1 &*f**»«**toflie^rne without proper medical approval. 1*fy^®I,,w,de*^fel^y^environment for participaiits- }!'r**^'W***&;**w*»»*|Mr pbjiaflaspoitanansh,p involved.**e££S^^•**..****Umguag*and refrain from, 1?i J^^^^|^%^^aJBU*««aches and 4cmftn«A!icAt^%i&g>pm^anapOropriate owlnet.Be - lfl ^^^^^^m^m^^^andteac6 4e»ruiesWaiLye^SS^fSSv^^J^^T•***«S ******^«»f otheTplayers.coaches,fern,awtoffidals.Bei«£??***?.*'nwcs^e^,Pmc%M^JiW asfeteaoy items except storecards;l*Ahm ivearpnpra$rfc Msrrive:1IH*Winuies priortogame tirtfc.^\T* S!S^~t "^tewj^ontcy ofall.delajt ^knowledgeofiarfivinglate1*8game:A48hournoticemustb»gtaga pnor tecajicfillation ofasclieduled game;• ?*r J""^**P^^^es a^vi»^(hen the first fine is $10 minimum ami i»to $60.second violation will result m ^SSa^reSl^|f "^<**»*•»•*month),and poaub*Wiceammc^and30%All •M ftS^lS^^?^*S^to ***%nfy^tes ($201 fiO per location and sport). OFFICIAL'S SIGNATURE PATE SIGHED South1'Miami THr CIIV Or PUASANT UVINC ADDENDUM No.#1 Project Name:BasketballManagementServices RFP NO.:PR-2015-03 Date:March 9,2015 Sent:Fax/E-mail/webpage This addendum submission is issued to clarify,supplement and/or modify the previously issued Solicitation,andisherebymadepartofthe Documents.All requirementsoftheDocumentsnot modified herein shall remain in full forceand effect as originally setforth.It shall bethesole responsibility ofthebiddertosecure Addendums thatmaybeissuedfora specific solicitation. Question #h Will the awarded contractorbe permitted tousetheoutdoorcourtsatthe Community Center? Answer to Question #1: No.Theoutdoorcourtsat Murray Park will be made available tothe community. Question #2: Will the Community Centerbe available forusebytheawardedcontractorforweekend use,which Is usually the timeframe for tournaments? Answer to Question #2: Any use ofthe Gymnasium outside ofthe days and hours stated in the RFP shall be determined by the City Manager,or his/herdesignee. Question #3: Will the payment scheduled be revised?There is a conflict with the payment schedule in Exhibit rScope of Services"and Exhibit 4 "Price Proposal Sheet." Answer to Question #3: Respondents areto disregard Exhibit 4 "Price Proposal Sheet,"in the RFP and replace it with the revised Exhibit 4 attached to Addendum No.I. Page1 of2 Question #4: Howwill registrations behandled? Answer to Question #4: The Contractor will be responsible for all registration and collection of fees.If requested,The Contractor shall furnish the City with a season roster and contact info of all participants as necessary. Question #5: What is the rate for off-duty City of South Miami Police officers that may be required for various events;andare off-duty police officers requiredforboth children andadult events? Answer to Question 35: According tothe Cit/s FY-20IS Adopted Budget and "Schedule of Fees,"police personnel (3 hour minimum)are charged at$40per hour.South Miami Police personnel are required for youth and adult basketball related events,if determined necessary by the City Manager of his/her designee. IT SHALL BE THE SOLE RESPONSIBILITY OF THE BIDDER TO SECURE ADDENDUMS THAT MAY BE ISSUED FOR A SPECIFIC SOLICITATION. Page2 of 2 South11 Miami I'MICIIYUF HfcASAN!IIVINC! ADDENDUM No.#2 ProjectName:Basketball Management Services RFP NO.:PR-20IS-03 Date:March 10,2015 Sent:Fax/E-mail/webpage This addendum submission is issued to clarify,supplement and/or modify the previously issued Solicitation,and is hereby made partofthe Documents.All requirements ofthe Documents not modified herein shall remain in full force and effect as originally set forth.It shall bethe sole responsibility ofthe bidder to secure Addendums that may be issued fora specific solicitation. Question #12 Please clearly indicate what documents comprise the "Signed ContractDocuments (All-including General ConditionsandSupplementary Conditions)"listed as the final item onthe Proposal Submittal Checklist Form.Please list the RFP page numbers if applicable. Answer to Question fll! The "Signed Contract Documents"include only the "Contract for Basketball Management Services"on page 37of the RFP.There are no "General Conditions"and "Supplementary Conditions"in this RFP. Question #2: The City provided an addendum #1 on March 9,2015.In the addendum,the City of South Miami answered question #5,wherein it stated,"South Miami police personnel are required for youth and adult basketball related events,if determined necessary by the City Manager of his/her designee." Our question for clarification:How many police officers would be required by the City of South Miami, if deemed necessary by the city manager?It appears from the proposal that one police officer would bethe maximum number of officers required.Is that correct? Answer to Question &2: The number of police officers required will depend upon attendance level;however,it is likely that only one(I)police officer will berequired. Page1 of2 Question ttl; In the Contract for Basketball Management Services,paragraph I and 2 contains blank boxes for documents submitted with the contract.At the non-mandatory meeting,our understanding was that the contract should be left blank except the name of the Respondent and Respondent's signature Please clarify if these boxes shall remain blank,since the document list contains documents not included in the RFP #PR-20l5-03 job proposal. Answer to Question #fr The boxes should remain blank with your submittal.The boxes referencing support documents will be checked off after a contract award has been approved by the City Commission. Question UA The results of the bid according to the proposal will be announced on April 7,2015.Since it requires time to set up the registration for the participants,when does the city of South Miami require the leagues to begin?Since the basketball leagues take several weeks to setup and register.If the league begins for example on April 27,2015,istheContractor held in breach of contract? Answer to Question HA> The City expects the league to start before May 2015. The scope of work describes access to the basketball gym from 6:00 pm -10:00 pm on week days. Could league games be scheduled tostartat 6:00 pm? Answer to Question #5: Yes,league gamescanbescheduledto start at6:00 PM. IT SHALL BETHE SOLE RESPONSIBILITY OF THE BIDDER TO SECURE ADDENDUMS THAT MAY BEISSUEDFORASPECIFIC SOLICITATION. Page2 of2 Soutlr Miami flit ('IIYOt WtASANI LIVlNti ADDENDUM No.#3 ProjectName:Basketball ManagementServices RFP NO.:PR-2015-03 Date:March 12,2015 Sent Fax/E-mail/webpage This addendum submission is issued to clarify,supplement and/or modify the previously issued Solicitation,andisherebymadepartofthe Documents.All requirementsoftheDocumentsnot modified herein shall remain in full forceand effect as originally setforth.It shall bethesole responsibility ofthebiddertosecure Addendums that may beissuedfora specific solicitation. Questions #I thru Questions #5: Recently,variousvendorsin other nearby gymnasium siteshave attempted toexcludeteamsor individual children representing,associated with or linked toothervendors in the business of managing basketball services oroperating basketball training academies.Given thatthis bid is offered bytheCity of South Miami forthe usage ofa facility owned by theCityofSouth Miami andtheContract calls for basketball programsandservicestobeopentothe general public: Question #1; Will thevendor awarded this bid be allowed to arbitrarily exclude orattemptto exclude any such child orteamthat timely and properly registers to play in a league and pays the appropriate fees? Answer to Question #I: Notwithout cause.The awarded vendor shall follow all city,state and federal laws. Question #fr Arethere any circumstances in which the vendor awarded this bid can exclude or attempt to exclude other children orteamsfrom playing in any league it operates? Answer to Question #2: Notwithout cause.It is recommended respondents checkyour local,state and federal laws. Page1 of3 Question #3: Do all children and teams who timely and properly register and pay the appropriate fees have a right to play in any league operatedbythevendor awarded this bid? Answer to Question #3: Itisrecommendedrespondentscheck local,stateandfederal laws. Question #4: Do any laws prohibit or allow the vendor awarded this bid to arbitrarily exclude or attempt to exclude any child or team that timely and properly registers to play in a league and pays the appropriate fees? Answer to Question #4: Itis recommended respondentscheck local,state andfederallaws. Question #5: Ifavendorawardedthis bid does arbitrarily excludeorattempttoexclude a childorteamthat timelyand properly registersto play ina league and pays the appropriate fees,doesthevendor assumeallliabilityforanysuch action under the Contract's Indemnification Requirement? Answer to Question #5 Itis recommended respondents check local,state andfederallaws. Questions #6 thru Questions #8: Since the stated purpose of the Contract forbasketballManagementServicesisforthe vendor to "develop,operate,managepromote,implementandsuperviseco-edyouthandadult basketball programsandservices",isthevendorawardedthisbidrequiredto: Question #6; Establish basketballco-edleagues where boysandgirlsplay together? Answer to Question #6 Yes. Question #7: Operateseparate basketball leagues for boys and girls? Answer to Question #7 No. Page 2 of 3 Qug$t»Qn #ft Run any league where solely girls play? Answer to Question Aft No. Question #9: Weare seeking clarification onthe exact dates that the Respondent will be able to utilize the Gibson Bethel Community Center after the contract is awarded?Are the dates of usage of the community center April I -December 31 foreach year? Answer to Question #9: Thedatesofusageareas follows: •April,2015 -December 31,2015 •April I,2016 -December 31,2016 •April I,2017-December 31,2017 IT SHALL BE THE SOLE RESPONSIBILITY OF THE BIDDER TO SECURE ADDENDUMS THAT MAY BE ISSUED FOR A SPECIFIC SOLICITATION. Page3 of3 Exhibit 5 Basketball Management Services RFP#PR-2015-03 Chapter 435,Florida Statue 435.04 Employment Screening Page 13 of 22 Thomas F.Pepe 10-13-14 435.04 Level 2 screening standards.— (l)(a)All employees required bylaw to be screened pursuant to this section must undergo security background investigations as a condition of employment and continued employment which includes,but need not be limited to,fingerprinting for statewide criminal history records checks through the Department ofLaw Enforcement,and national criminal history records checks through the Federal Bureau of Investigation,and may include local criminal records checks through local law enforcement agencies. (b)Fingerprints submitted pursuant to this section on or after July 1,2012,must be submitted electronically to the Department ofLaw Enforcement. (c)An agency may contract with one or more vendors to perform all or part of the electronic fingerprinting pursuant to this section.Such contracts must ensure that the owners and personnel of the vendor performing the electronic fingerprinting are qualified and will ensure the integrity and security of all personal information. (d)An agency may require by rule that fingerprints submitted pursuant to this section must be submitted electronically to the Department of Law Enforcement on a date earlier than July 1,2012. (e)Vendors who submit fingerprints on behalf of employers must: 1.Meet the requirements of s.943.053:and 2.Have the ability to communicate electronically with the state agency accepting screening results from the Department of Law Enforcement and provide the applicant's full first name, middle initial,and last name;social security number or individual taxpayer identification number;date of birth;mailing address;sex;and race. (2)The security background investigations under this section must ensure that no persons subject to the provisions of this section have been arrested for and are awaiting final disposition of,have been found guilty of,regardless of adjudication,or entered a plea of nolo contendere or guilty to,or have been adjudicated delinquent and the record has not been sealed or expunged for,any offense prohibited under any of the following provisions of state law or similar law of another jurisdiction: (a)Section 393.135,relating to sexual misconduct with certain developmentally disabled clients and reporting of such sexual misconduct. (b)Section 394.4593r relating to sexual misconduct with certain mental health patients and reporting of such sexual misconduct. (c)Section 415.111r relating to adult abuse,neglect,or exploitation of aged persons or disabled adults. (d)Section 777.04,relating to attempts,solicitation,and conspiracy to commit an offense listed in this subsection. (e)Section 782.04,relating to murder. (f)Section 782.07r relating to manslaughter,aggravated manslaughter ofan elderly person or disabled adult,or aggravated manslaughter ofa child. (g)Section 782.071f relating to vehicular homicide. (h)Section 782.09f relating tokillingofan unborn childby injury to the mother. (i)Chapter 784,relating to assault,battery,and culpable negligence,if the offense was a felony. (j)Section 784.011,relating to assault,if the victimof the offense was a minor. (k)Section 784.03,relating to battery,if the victimof the offense was a minor. (I)Section 787.01,relating to kidnapping. (m)Section 787.02r relating to false imprisonment. (n)Section 787.025,relating toluringor enticing achild. (o)Section 787.04(2)f relating to taking,enticing,or removing achild beyond the state limits with criminal intent pending custody proceedings. (p)Section 787.04f3),relating to carrying achild beyond the state lineswithcriminal intent to avoid producing achild at a custody hearing or delivering the childto the designated person. (q)Section 790.115(1),relatingtoexhibitingfirearmsor weapons within 1,000 feet ofa school. (r)Section 790O15(2)(b),relatingto possessing an electric weapon ordevice,destructive device,or other weapon on school property. (s)Section 794.011,relating to sexual battery. (t)Formers.794.041,relatingtoprohibitedactsof persons infamilialorcustodial authority. (u)Section 794.05,relating tounlawfulsexualactivitywith certain minors. (v)Chapter 796,relating to prostitution. (w)Section 798.02,relating to lewd and lascivious behavior. (x)Chapter 800,relating to lewdness and indecent exposure. (y)Section 806.01,relating to arson. (z)Section 810.02,relating to burglary. (aa)Section 810.14,relatingto voyeurism,iftheoffenseisafelony. (bb)Section 810.145,relatingtovideovoyeurism,iftheoffenseisa felony. (cc)Chapter812,relatingtotheft,robbery,andrelatedcrimes,iftheoffenseisa felony. (dd)Section 817.563,relatingtofraudulentsaleofcontrolled substances,onlyifthe offense was a felony. (ee)Section 825.102,relatingto abuse,aggravated abuse,orneglectofanelderlyperson or disabled adult. (ff)Section 825.1025,relatingtolewdorlasciviousoffensescommitteduponorinthe presence of an elderly person or disabled adult. (gg)Section 825.103,relatingtoexploitationofanelderlypersonordisabled adult,ifthe offense was a felony. (hh)Section 826.04,relating to incest. (ii)Section 827.03,relating tochild abuse,aggravated child abuse,or neglect ofachild. (jj)Section 827.04,relating to contributing to the delinquency or dependency ofachild. (kk)Former s.827.05,relating to negligent treatment of children. (II)Section 827.071,relating to sexual performance byachild. (mm)Section 843.01.relating to resisting arrest with violence. (nn)Section 843.025,relating to depriving alaw enforcement,correctional,or correctional probation officer means of protection or communication. (oo)Section 843.12,relating to aiding inan escape. (pp)Section 843.13,relating to aiding in the escape of juvenile inmates in correctional institutions. (qq)Chapter 847,relating to obscene literature. (rr)Section 874.05,relating to encouraging or recruiting another tojoina criminal gang. (ss)Chapter 893,relating to drug abuse prevention and control,only if the offense was a felony or if any other person involved in the offense was a minor. (tt)Section 916.1075,relating to sexual misconduct with certain forensic clients and reporting of such sexual misconduct. (uu)Section 944.35(3),relating to inflicting cruel or inhuman treatment on an inmate resulting in great bodily harm. (vv)Section 944.40.relating to escape. (ww)Section 944.46,relating to harboring,concealing,or aiding an escaped prisoner. (xx)Section 944.47,relating to introduction of contraband into a correctional facility. (yy)Section 985.701.relating to sexual misconduct in juvenile justice programs. (zz)Section 985.711,relating to contraband introduced into detention facilities. (3)The security background investigations under this section must ensure that no person subject to this section has been found guilty of,regardless of adjudication,or entered a plea of nolo contendere or guilty to,any offense that constitutes domestic violence as defined in s.741.28,whether such act was committed in this state or in another jurisdiction. History.-s.47,ch.95-228;s.16,ch.96-268;s.22,ch.96-322;s.4,ch.98-417;s.5,ch. 99-284;s.88,ch.2000-153;s.7,ch.2001-125;s.5,ch.2004-267;s.4,ch.2005-119;s. Ill,ch.2006-120;s.90,ch.2006-197;s.110,ch.2007-5;s.3,ch.2007-112;s.66,ch. 2009-223;s.6,ch.2010-31;s.38,ch.2010-114;s.10,ch.2012-73;s.4,ch.2013-80;s. 6,ch.2014-84;s.4,ch.2014-194. EXHIBIT 6 Basketball Management Services RFP#PR-2015-03 Projected Program Plan and Calendar Schedule Page 14 of 22 Thomas F.Pepe 10-13-14 RFP #PR-2015-03 Basketball Management Services Protects Program Plan and cai«n^r ff^^mff I.Registration Optris Youth and Adult Programs Aprtt 9*,2015 a.begirt pfj-ect Marketing b.Website Opens for ftegistfaflon II,Comes Meeting AprM ^lm IU.Players T^outs April 17^2015 IV.Practice Begins Apfl|^^ a.Adtilt Seriediile m$Divisions Completed V.Spring Youth and Adult Basketball League Starts HW&*>2015 VI.Summer Vduth 3in tf Adult League Opens May 22n^201S VII.Fall Youth and Adult league Opens Septal*,2015 f RFP PRr2Q15-03 *«• EXHIBIT 7 Basketball Management Services RFP#PR-2015-03 2015 League Calendar Page15 of 22 Thomas F.Pepe 10-13-14 20 1 5 Le a g u e C a l e n d a r m Mt a i n i f B a s k e t b a l l - c O 3 m o <N 2015 League Calendar lune 20: mMiami'_ cetbuu, J -.Sunday •'^Qiktf.Wdmutw ;.•£tfniiMtar FHifav Hativnimr -- Tif^Ptay fiPUffout* .TPUll^iutK *PU]p$fot>tfc 7P|ii|Taii0i 7PUllYte*iiH 4 7PuH3Yb*.t*r 5 GPU7Y*Mfc TPUTTAitto r ".*'•'••aPAAiit SP WXPVowtli •**«Jfc :»ui6rotnh '8PU*Y6ut*3PO*lYa«itt> TuM,TtKin,fTf ftSot .-.- 9P*W* Sprti*W««fc5 BfAdult:*Pttutt se*t*K dPUllYoutft sputaifctaii1*-.f *:m «13 :• jBPUtYfmft 6i»unyowth ICPJjSLttx/tfi ^IM&^tlr SPltfttotitfr xaA;u?**«ti 4Puia%artji 7PUHfoutfT 7PunViMrt*j 7Puiiyo*rtii 7fUJ3Ttou»7P.UZ**ltll l2PUd%)«^WAtfutt |Bf UliVmi*»***»*apuasttxrt*SPi*****IJPUlMitrtJj 9fAtfvrc dPAdpte 9P*tutt SPAtfuit SfUHYwrtft apiw**** ,$prtn«We«k6-PlaYofb 2pU33tfoitft u is "1***IB 15 «PU»¥outh 6PWJTwitti wf.U9.r1piHrtfc •SPUllYw*6WJ5Wtoiaiii J-11AU7*W*4PtJil*M*h 7PUiayo«th ?Pui3fDuth TPtf******TPUOVftort 7fU7Ta«ttt J2J»U»VoMrti " SPAiutir Bpuifi^n )5PA**tt flfttitfiVMitti «l»UM<*if*i*uxiYto«tt JWAdwtt SPAdurt ftPAflwft srAduit jrui****^»i«ro«fi Sprint W«#k 7-Pteyoft 3PU13Yo«tfi nil &.,23 M 25 »aar *P US forth 6PUtlV««t»l «p^r#imi SPUllYoWft fPlff ft***atouTY<P«*-4pgiiVbuth TfWiYuuA 7RUi3Y©wtfv ?puntotrtJ»7PU13Y«ttJi ?PV7raut*laPUSYbct* WAduh:8P(ll6V0uth W»A*«ifc SPUlfittmttv IPUStteiitU lPUHYdrtft 3P Adult.SPAitMtt BfAdult SPAda*|»puaiy«itft dPU^Hottih 5umm*r WmJcI £P4U3tovtfi »&90 *Irwfef PffT Ifejgubr Play /-t {i Momlay&W«<ln«Mby riMS,TTnir»,frl &Sat S ......... •-...'.",| Hi li 1 i IA O 16 23 * TPUUTWtii fiPAdvft- «P*Wt Buiaiii|ui||||JL cl; 6PU5Y*** 7P Ullltoutil APA^it: IPAdw* SiMumf Wcclc7 17 7PUaiY«rtb 8PAdi.lt SPA** SMmnwM-Wcdcg 2* «p<j»yo** SuwmiirW—kJ 31 *pUtfei& 7PUlltiu>Ol •PAdufc 3P*M*. SiimmtfWfttklO Tuiaday fiptttltfwrt* 7Pua**H*i «PAdvtt ai «UJlYOi«» 7pJU13Y*utlv BfUlfV*tf»i dPAdutt It 6*»UJlY«Mllf» 7PU13Yoott) ipou**** flPAflulr 25 7PUtSY©ytfi gPUt&Ydotti -Wayolfc 2015 League Calendar August 2015 cpusyottttr 7W01Yfluth flP Adult *P*WJt *2 fiPU»«Q4it* ?P^Y<*)l«h APAdult afMuk • «PUST<Kit*1 TPUJlTtotrtil JP'Aikite dPAdttk 26 *Pl»Youd» 7f|t31 ft«icti »l»Ad«R Tftumfay TnmlHay 6 fiPUIlTotrttl ipuisrotftfi 5PAtfi4t ta «P4»aiYoutk 7HU13Ya«ti •PWLfttowOi 9PMu\t CPUiSYoiitti 7PUl3Yo«rt fiPUlCYoct* S?Ad*.!t 27 i^uaaitoirtn 7PU13Youth IPUl^TiBtith 3fAduft Frtdav Tuct.TliufB.FriASat ;7 jsVtnPWapit* *p*»i*it£ •run*** 14 ' «PU7l*th Tfrwrmtttt fPUUttouth 21 $»|f?Y*/t* ?PjU7f«wtft aPl»Tn*t» *PU?**dii 7P,U7*H«1 pMffMfetli SPUllttHrtft 2PU9*»t* 3PU33TWth mMiami Basketballs Srturrfar <Pimw**b aOAU7Xwth 4PUl}Ttatttf) apuswadft apifUto** IPttfYdMrt !Pttl3fput* 15 a*Pi»*pt>tk lPWlT^irt* 2PU»Y««h 22 i2AU?l**ttx 4PUia*wttr 12*Uftout* ttUUtoidft 2Pl»1feMth 3PUHV^xth 2» *^U7V^itll W«ttW*tt i2Pl»y#«th % E Sffl I u v 1 \D I » 3 5> 15 22 29 2 wu>youth 7Puiiy6uih apAdMk WNMtt \FmUWfk7 f WU9Youth 7PU11Vouth apAtftik flPAduk fell Weeks 16 6PU»Youth 7PU11 Youth UPAduk SPAdult Fai<Wc*k9 ^UtYpytfi 7PUJL1Youth epAduft SPAdutt FaHWwklO 2-, CPUUYeutfi TPlfilltovtft BPUteYouth SPAdi/lt Tpuiavwtfi apui&ytetfi 3PArfuJt I* fiPUllVouth 7PUll*H«h epuievtouth APAduJt 24 Tr»v^H^ 2015League Calendar CPU&Yt>uih 7PUll*M*h SPAdufl 12 cpusvotitn TPuaJt fiPAdurt. «»Aduk IB fipuarwrth 7PU11 Youth flPAduk 9PAdult Regular Play ~v;;^ Jim**Thtirt,Fri A Sit epunrouth BPUl*Yt*th *P.AjM* 12 fiPUUlYoith 7Pltt5Yfcrth Bpbi«VtoucH WAdvk 19 «PUllYom* Ipuia.ytauif) WuifiYoutfi, 9PAAdt • 26 ThantagMng Mfrr 6 «PU7Yo«*l 7PU7W¥itfc aputi*** fipimiteuti. 22 6PU7Youth SJPllTYiiutfi flPU»Ytoyt* apuititout* 2D CPUYYoutli 7pU7Yovdi. 8PU9Youth 9PU11Youth Mia m Satunfery 12PU^T«rth ipuia Youth iPiey^th 3Pua3 Youth . 14 «AtJ7Y*uth «»UtlYauth 13P US Vouth IP Ull Youth JPUflHtwrtfr 3PU03Youth 21 aiAU7Youth 4PUllYout* 12PU»Youth IPUJ^Yfrutfc apyaa youth 2S % f v I O >s 111 1 II5 J a .13 aa fei a i i nil ilill. i it! »*.*a a if. •*%S S ft S 3 *i «*-^fe fe * f If a III!. §g «i a a a I llI1 I »S ft ft fc §ai?s 3 » If 1illI* fs a fe a ft j a 3 8 3 I s a en I a a a 8 EXHIBIT 8 SOLICITATION COVER LETTER Wfoty o>ptftsmt\ma CITY OF SOUTH MIAMI Basketball ManagementServices RFP#PR-20l5-03 SubmJttaJ Due Date:March U,2015 at 10 AM Solicitation Cover Letter ft*l2S>^^^request fam******to as «fce££SlaSB^^oJ^™^?*b***«*&«*referred to as an "Invtatlori for Proposals"or 2^2*.^sealed proposals in response to this ftl*#P*-20I54»titled "Basketball £Se^£^^ "^n*tioTIar|^^**teve ****D**«*****ddl«*e*thetideoftS^nam of the rVoposer^SeSSai ySmSS^3T^?m^*SNP*a»J2i*-a*AiFederalExprwi*nt.JiL^^^fP^)'5P^enyeJppes SMch asthose provided by UPS w &l*f^<fa*0*7 ?^t*|K»«*Meeting will be conducted at Citv hm i**a *•Chambers,*ii^afc&l^^JW.*.**Commission condition*and Provisions of this letter as^^^T f?*,l*on|L *°Posals are subject to the terws.contained fo tnfliFP P^kagT NS^S rS^ST*0^!T^***^*W^^*«»f^most^responsive.respo^Pri^^^S^&&£?**eProject to thepersbn with the fewest,fc*"****^^<**or the £»K*procedure a**JL^^SS^c^f^^^^^^^'B *»*****"Respondent or Respondents,otherthan taone X*XfiLo£J^-e**^execu^»contract With a Maria K H«r.ieridez,CMC CityClerk Oty ofSouth Miami EXHIBIT 9 Basketball Management Services RFP #PR-2015-03 INSTRUCTIONS for RESPONDENT ITIS THE RESPONSIBILITY OF THE RESPONDENT TOTHE SOLICITATION TO ENSURE THAT THE RESPONSE TOTHE SOLICITATION (HEREINAFTER ALSOREFERREDTOASTHE"PROPOSAL" THROUGHOUTTHE CONTRACT DOCUMENTS)REACHESTHE CITY CLERKONORBEFORETHE CLOSING HOUR AND DATE STATED ON THE RFP FORM. 1.Purpose of RFP.The City of South Miami is requesting proposals for the lowest and most responsive price for the Project.TheCity reserves the right to award the contract tothe Respondent whose proposal is found tobe inthebestinterests of theCity. 2.Qualification of Proposing Firm.Response submittals to this RFP willbe considered from firms normally engaged in providing the services requested.The proposing firm must demonstrate adequate experience, organization,offices,equipment and personnel to ensure prompt and efficient service totheCity of South Miami.TheCity reserves the right,before recommending any award,toinspecttheoffices and organization or totakeanyotheraction necessary to determine abilityto perform in accordance withthe specifications,terms andconditions.TheCity of SouthMiamiwill determine whethertheevidence of abilitytoperformis satisfactoryand reserves therighttorejectallresponse submittals tothisRFPwhereevidencesubmitted,or investigationand evaluation,indicates inability of afirmto perform. 3.Deviationsfrom Specifications.The awarded firm shall clearly indicate,as applicable,all areas inwhichthe servicesproposeddonotfullycomplywiththe requirements of thisRFP.Thedecisionastowhetheranitem fullycomplieswiththestatedrequirementsrestssolelywiththeCity of SouthMiami. 4.Designated Contact.TheawardedfirmshallappointapersontoactasaprimarycontactwiththeCity of South Miami.Thispersonorback-upshallbereadilyavailableduringnormalworkhoursbyphone,email,orin person,andshallbe knowledgeable of theterms of thecontract. 5.Precedence of Conditions.Theproposingfirm,byvirtue of submittingaresponse,agreesthat City's General Provisions,TermsandConditionshereinwilltakeprecedenceoveranytermsandconditionssubmittedwiththe response,eitherappearingseparatelyasan attachment orincluded within theProposal.TheContract Documentshavebeenlisted below inorder of precedence,withtheonehavingthemostprecedencebeingatthe top of thelistandtheremainingdocumentsindescendingorder of precedence.Thisorder of precedenceshall apply,unlessclearlycontrarytothe specific terms of theContractorGeneralConditionstotheContract: a)Addenda toRFP b)Attachments/Exhibits toRFP c)RFP d)Attachment/Exhibits toSupplementaryConditions e)Supplementary Conditions toContract f)Attachment/Exhibits to Contract g)Contract h)General Conditions to Contract i)Proposal 6.ResponseWithdrawal.After Proposals areopened,corrections ormodificationsto Proposals arenotpermitted, buttheCitymayallowthe proposing firmtowithdrawan erroneous Proposal prior tothe confirmation of the proposalawardbyCity Commission,if ail of thefollowingisestablished: a)The proposing firmactedingoodfaithin submitting theresponse; b)The error wasnottheresult of grossnegligenceorwillfulinattentiononthepart ofthe firm; c)The error wasdiscoveredandcommunicatedtotheCitywithintwenty-four(24)hours(notincluding Saturday,Sundayoralegalholiday)of opening the proposals received,along witha request for permission to withdraw the firm's Proposal;and d)Thefirmsubmitsan explanation inwriting,signed under penalty of perjury,stating howthe error was madeand delivers adequate documentation totheCityto support the explanation andtoshowthatthe error wasnottheresult of gross negligence orwillful inattention normadeinbad faith. 7.Theterms,provisions,conditions and definitions contained inthe Solicitation CoverLettershallapplytothese instructions to Respondents andthey are hereby adopted and made a part hereofby reference.If there isa Page17 of 22 Thomas F.Pepe 10-13-14 conflictbetweentheCoverLetterandtheseinstructions,oranyotherprovision of thisRFP,the Cover Letter shallgovernandtakeprecedenceovertheconflicting provision(s)intheRFP. 8.Any questions concerning the Solicitation orany required needfor clarification mustbe made in writing,by March 11,2015 totheattentionof Steven P.Kulickat skulick@southmiamifl.gov orvia facsimile at(305) 663-6346. 9.Theissuanceofawrittenaddendumistheonlyofficialmethodwherebyinterpretationand/orclarificationof informationcanbegiven.Interpretationsor clarifications,considerednecessarybytheCityinresponsetosuch questions,shallbe issued byawritten addendum totheRFPPackage(alsoknownas"RFP Specifications"or "RFP")byU.S.mail,e-mailorotherdeliverymethodconvenienttotheCityandtheCitywillnotifyall prospective firms viatheCity's website.Verbal interpretations or clarifications shallbe without legaleffect. Nopleabya Respondent of ignorance ortheneedfor additional information shallexempta Respondent from submittingtheProposalontherequireddateandtimeassetforthinthepublicnotice. 10.Cone of Silence:YouareherebyadvisedthatthisRequestforProposalsissubjecttothe"Cone of Silence,"in accordancewithMiami-DadeCountyOrdinanceNos.98106 and99-1.Fromthetimeofadvertisinguntilthe CityManagerissueshisrecommendation,thereisaprohibitiononverbalcommunicationwiththeCity's professionalstaff,includingtheCityManagerandhisstaff.Allwrittencommunicationmustcomplywiththe requirements of theCone of Silence.TheConeofSilencedoesnotapplytoverbalcommunicationsatpre- proposalconferences,verbalpresentationsbeforeevaluationcommittees,contractdiscussionsduringanyduly noticedpublicmeeting,publicpresentationsmadetotheCityCommissionduringanydulynoticepublic meeting,contract negotiations withthe staff followingtheCity Manager's written recommendation forthe award of thecontract,orcommunicationsinwritingatanytimewithanyCityemployee,officialormember of theCityCommissionunlessspecificallyprohibited.Acopy of allwrittencommunicationsmustbe contemporaneously filed with theCity Manager andCityClerk.Inaddition,youarerequiredto comply with theCity Manager's AdministrativeOrderAO1-15.If acopyisnotattached,pleaserequestacopyfromthe City's Procurement Division. WITH REGARD TO THE COUNTY'S CONE OF SILENCE EXCEPTION FOR WRITTEN COMMUNICATION,PLEASE BE ADVISED THAT,NOTWITHSTANDING THE MIAMI-DADE COUNTY EXCEPTION FOR WRITTEN COMMUNICATION,THE COUNTY'S RULES PROHIBITING VERBAL COMMUNICATION DURING AN ESTABLISHED CONE OF SILENCE SHALL,WITH REGARD TO THIS SOLICITATION,ALSO APPLY TO ALL WRITTEN COMMUNICATION UNLESS PROVIDED OTHERWISE BELOW.THEREFORE,WHERE THE CITY OF SOUTH MAIMI CONE OF SILENCE PROHIBITS COMMUNICATION,SUCH PROHIBITION SHALL APPLY TO BOTH VERBAL AND WRITTEN COMMUNICATION. 11.Notwithstanding theforegoing,theConeofSilenceshallnotapplytoAnyquestions concerning theSolicitation oranyrequiredneedforclarificationmustbemadeinwriting,by March 11,2015 totheattention of Steven P. Kulick at skulick a)southmiamifl.gov orviafacsimileat(305)663-6346. 12.The issuance ofa written addendum istheonly official method whereby interpretation and/or clarification of information canbe given.Interpretations or clarifications,considered necessary bytheCityin response to such questions,shallbe issued bya written addendum totheRFP Package (also knownas"RFP Specifications"or "RFP")byU.S.mail,e-mail or other delivery method convenient totheCityandthe City will notify all prospectivefirmsviathe City's website. 13.Verbal interpretations or clarifications shall be without legal effect.No plea bya Respondent of ignorance or the need for additional information shall exempt a Respondent from submitting the Proposal on the required dateandtimeassetforthinthepublicnotice. Cone of Silence:Youare hereby advised thatthis Request for Proposals is subject tothe "Cone of Silence,"in accordance with Miami-Dade County Ordinance Nos.98106 and 99-1.From thetimeof advertising until the City Manager issues his recommendation,there isa prohibition on verbal communication with the City's professional staff,including the City Manager and his staff.All written communication must comply with the requirements of the Cone of Silence.The Cone of Silence does not apply to verbal communications at pre- proposalconferences,verbalpresentationsbefore evaluation. a.Duly noticed site visits to determine the competency of bidders regarding a particular bid during the time period between the opening ofbids and the time thatthe City Manager makes hisorher written recommendation; b.Any emergency procurement of goods or services pursuant to the Miami-Dade County Administrative Order3-2; c Communications regarding a particular solicitation between any person and the procurement agent or contracting officer responsible for administering the procurement process for such solicitation,provided the communication is limited strictly to matters of process or procedure already contained in the corresponding solicitation document;and d.Communications regarding a particular solicitation between the procurement agent or contracting officer,or their designated secretarial/clerical staff responsible for administering the procurement process for Page 18 of 22 Thomas F.Pepe 10-13-14 such solicitation and a member of the selection committee therefore,provided the communication is limited strictly to matters of process or procedure already contained inthe corresponding solicitation document." 14.Violation of these provisions by any particular Respondent or proposer shall render any recommendation for the award of the contract or the contract awarded to said Respondent or proposer voidable,and,in such event,said Respondent or proposer shall not be considered for any Solicitation for a proposal,for qualifications,for a letter of interest or bid concerning any contract for the provision of goods or services for a period of one year. Contact shall only be made through regularly scheduled Commission meetings,or meetings scheduled through the Purchasing Division,which are for the purposes of obtaining additional or clarifying information. 15.Lobbying.All firms and their agents who intend to submit,or who submitted,bids or responses for this RFP, are hereby placed on formal notice that neither City Commissioners,candidates for City Commissioner or any employee ofthe City of South Miami are tobe lobbied either individually or collectively concerning this RFP. Contact shall only be made through regularly scheduled Commission meetings,or meetings scheduled through the Purchasing Division,which are for the purposes of obtaining additional or clarifying information. 16.Reservation of Right.TheCity anticipates awarding one contract for services asa result ofthis RFP and the successful firm willbe requested to enter into negotiations to produce a contract for the Project.The City, however,reserves the right,inits sole discretion,todoanyofthe following: a)to reject any and all submitted Responses and to further define orlimitthe scope ofthe award. b)towaiveminor irregularities inthe responses orinthe procedure required bythe RFP documents. c)to request additional information from firms as deemed necessary. d)to make an award without discussion or after limited negotiations.Itis,therefore,important that all the parts oftheRequest for Proposal be completed in all respects. e)to negotiate modifications tothe Proposal thatitdeems acceptable. f)to terminate negotiations intheeventtheCitydeems progress towards a contract tobeinsufficientand toproceedtonegotiatewiththeRespondentwhomadethenextbest Proposal.TheCityreservesthe righttoproceedinthismanneruntilithasnegotiatedacontractthatissatisfactorytotheCity. g)To modify the Contract Documents.Theterms of the Contract Documentsare general andnot necessarily specifictothe Solicitation.Itistherefore anticipated thattheCitymaymodifythese documentstofitthespecificprojectorworkinquestionandtheRespondent,bymakinga Proposal, agreestosuchmodificationsandtobeboundbysuch modified documents. h)tocancel,inwholeor part,anyinvitationfor Proposals whenitisinthebestinterest ofthe City, i)toawardthe Project tothepersonwiththelowest,mostresponsive,responsible Proposal,as determined by the City, j)toawardtheProject,andexecuteacontractwitha Respondent or Respondents,otherthantoonewho providedthelowestProposal Price, k)ifthescope of the work is divided intodistinct subdivisions,toawardeach subdivision toaseparate Respondent. 17.ContingentFeesProhibited.Theproposingfirm,bysubmittinga proposal,warrants thatithasnotemployedor retainedacompanyorperson,otherthanabonafideemployee,contractororsubcontractor,workinginits employ,tosolicitorsecureacontractwiththeCity,andthatithasnotpaidoragreedtopayanyperson, company,corporation,individualorfirmotherthanabonafide employee,contractororsub-consultant, workinginitsemploy,anyfee,commission,percentage,giftorotherconsiderationcontingentuponorresulting fromtheawardor making of acontract with theCity. 18.PublicEntityCrimes.Apersonoraffiliate of theRespondentwhohasbeenplacedontheconvictedvendorlist pursuanttoChapter287followingaconvictionforapublicentitycrimemaynotsubmitaProposalona contracttoprovideanygoodsorservices,oracontractforconstructionorrepair of apublicbuilding,maynot submit proposals onleases of realpropertytoorwiththeCity of SouthMiami,maynotbeawardedacontract to perform workasaCONTRACTOR,sub-contractor,supplier,sub-consultant,or consultant undera contract withtheCity of SouthMiami,andmaynot transact businesswiththeCity of SouthMiamiforaperiod of 36 months fromthedate ofbeing placedonthe convicted vendor list. 19.Respondentsshallusethe Proposal Form(s)furnished bytheCity.All erasures and corrections musthavethe initials of theRespondent's authorized representative inblueinkatthelocation of eachandevery erasure and correction.Proposals shallbesignedusingblueink;all quotations shall betypewrittenorprintedwithblueink. All spaces shallbefilledinwiththerequestedinformationorthe phrase "not applicable"or "NA".The proposal shall bedeliveredonorbeforethedateandtime,andatthe place andinsuchmannerasset forth inthe Solicitation CoverLetter.Failure todosomaycausethe Proposal toberejected.Failure toincludeany of the Proposal Forms may invalidate the Proposal.RespondentshalldelivertotheCity,as part of its Proposal,the following documents: a)The Invitation forProposalandInstructionsto Respondents. b)A copy of allissuedaddenda. c)The completed ProposalFormfully executed. Page19 of 22 Thomas F.Pepe 10-13-14 d)Proposal/Bid Bond,(Bond or cashier's check),if required,attached tothe Proposal Form. e)Certificates of Competency as well asall applicable State,County and City Licenses heldby Respondent f)Certificate of Insuranceand/orLetterofInsurability. 20.Goods:If goodsaretobe provided pursuant tothisRFPthe following applies: a)Brand Names:Ifa brand name,make,manufacturer's trade name,or vendor catalog number is mentionedinthisSolicitation,whetherornotfollowedbythewords"approvedequal",itisforthe purpose of establishing a grade or quality of material only.Respondent may offer goods thatare equal tothegoods described inthis Solicitation with appropriate identification,samples and/or specifications forsuch item(s).TheCityshallbethesolejudge concerning themeritsof items proposed as equals. b)Pricing:Prices should be stated in units of quantity specified inthe Proposal Form.Incaseofa discrepancy,the City reserves therighttomakethe final determination atthelowestnetcosttothe City. c)Mistake:Intheeventthatunitpricesarepartofthe Proposal andifthereisa discrepancy betweenthe unitprice(s)andthe extended price(s),theunitprice(s)shallprevailandtheextendedprice(s)shallbe adjustedtocoincide.Respondentsareresponsibleforcheckingtheircalculations.Failuretodoso shallbeattheRespondent'srisk,anderrorsshallnotreleasethe Respondent fromhis/herorits responsibility asnoted herein. d)Samples:Samplesofitems,whenrequired,mustbefurnishedbytheRespondentfreeofchargetothe City.Each individualsamplemustbelabeledwiththe Respondent's nameand manufacturer's brand nameanddeliveredbyitwithinten(10)calendardays of the Proposal opening unlessschedule indicatesadifferenttime.If samplesarerequestedsubsequenttotheProposalopening,theyshallbe deliveredwithinten(10)calendardays of therequest.TheCityshallnotberesponsibleforthereturn of samples. e)Respondent warrantsbysignatureonthe Proposal Formthatpricesquotedthereinareinconformity with the latest Federal Price Guidelines. f)Governmental Restrictions:Intheeventanygovernmental restrictions maybe imposed whichwould necessitate alterationofthematerialquality,workmanship,or performance of theitemsofferedonthis Proposal prior totheirdelivery,itshallbethe responsibility of the successful Respondent tonotifythe Cityatonce,indicatinginitsletterthespecificregulationwhichrequiredanalteration.TheCity of SouthMiamireservestherighttoacceptanysuchalteration,includinganypriceadjustments occasionedthereby,ortocancelalloranyportion of theContract,atthesolediscretionoftheCityand atnofurtherexpensetotheCitywiththirty(30)daysadvancednotice. g)Respondentwarrantsthattheprices,termsandconditionsquotedintheProposalshallbefirmfora period of onehundredeighty (180)calendardaysfromthedateoftheProposalopeningunless otherwisestatedintheProposalForm.Incomplete,unresponsive,irresponsible,vague,orambiguous responsestotheSolicitationshallbecauseforrejection,asdeterminedbytheCity. h)Safety Standards:The Respondent warrants thatthe product(s)tobe supplied totheCity conform in allrespectstothe standards setforthinthe Occupational SafetyandHealthAct (OSHA)andits amendments.Proposals mustbe accompanied byaMaterialsDataSafetySheet (M.S.D.S)when applicable. 21.Liability,Licenses &Permits:The successful Respondent shall assume the full duty,obligation,and expense of obtaining all necessary licenses,permits,and inspections required bythisRFPandas required by law.The Respondent shallbe liable for any damages or loss tothe City occasioned bythe negligence ofthe Respondent (orits agent or employees)orany person acting foror through the Respondent.Respondents shall furnish a certified copy ofall licenses,Certificates of Competency or other licensing requirement necessary to practice their profession and applicable tothe work tobe performed as required by Florida Statutes,the Florida Building Code,Miami-Dade County Code or City of South Miami Code.These documents shall be furnished to the City aspartoftheProposal.Failure tohave obtained the required licenses and certifications orto furnish these documents shall be grounds for rejecting the Proposal and forfeiture ofthe Proposal/Bid Bond,if required for this Project. 22.Respondent shall comply with theCity's insurance requirements asset forth inthe attached Exhibit2 or,if applicable,the General Conditions tothe Contract,prior to issuance ofany Contract(s)or Award(s)Ifa recommendation for award ofthe contract,oran award ofthe contract is made before compliance with this provision,the failure to frilly and satisfactorily comply with the City's bonding,if required for this project,and insurance requirements as set forth herein shall authorize the City to implement a rescission of the Proposal Award or.rescission ofthe recommendation for award of contract without further City action.The Respondent, by submitting a Proposal,thereby agrees to hold the City harmless and agrees to indemnify the City and covenants nottosuetheCityby virtue of such rescission. 23.Copyrights and/or Patent Rights:Respondent warrants that as to the manufacturing,producing or selling of goods intended tobe shipped or ordered bythe Respondent pursuant to this Proposal,there has not been,nor Page 20 of 22 Thomas F.Pepe 10-13-14 will there be,any infringement of copyrights or patent rights.The Respondent agrees to indemnify City from any and all liability,loss or expense occasioned by any such violation or infringement. 24.Execution of Contract:A response to this RFP shall not be responsive unless the Respondent signs the form of contract that isa part of the RFP package.The Respondent to this RFP acknowledges that by submitting a response ora proposal,Respondent agrees tothe terms ofthe form contract and tothe terms ofthe general conditions tothe contract,bothof which are part of this RFP package and agrees that Respondent's signature on the Bid Form and/or the form of contract that isa part of the RFP package and/or response to this RFP,grants to theCitythe authority,onthe Respondent's behalf,to inserted,into any blank spaces inthe contract documents, information obtained from the proposal and the Respondent's signature onany of those documents shall also be treated,for all purposes,including the enforcement of all oftheterms and conditions of the contract,asthe Respondent's signature onthe contract,afterthe appropriate information hasbeen inserted. 25.Evaluation of Proposals:The City,atits sole discretion,reserves the right to inspect the facilities ofanyor all Respondents to determine its capability tomeetthe requirements of the Contract.In addition,the price, responsibility and responsiveness of the Respondent,the financial position,experience,staffing,equipment, materials,references,andpasthistory of servicetotheCity and/or withotherunits of state,and/or local governmentsin Florida,orcomparableprivateentities,willbetakenintoconsiderationintheAward of the Contract. 26.Drug Free Workplace:Failure to provide proof of compliance with Florida Statute Section287.087,as amended,whenrequestedshallbecauseforrejection ofthe Proposal asdeterminedbytheCity. 27.Public Entity Crimes:A person or affiliate whowas placed onthe Convicted VendorsList following a conviction forapublicentitycrimemaynotsubmita response ona contract toprovideany services toapublic entity,maynotsubmitRFPonleases of real property toapublicentity,andmaynot transact businesswithany publicentityinexcess ofthethresholdamountprovidedinSection 287.017,foraperiod of 36monthsfromthe date of being placedonthe Convicted Vendors List. 28.ContingentFees Prohibited:Theproposingfirmmust warrant thatithasnotemployedor retained acompany orperson,otherthanabonafide employee,contractororsubcontractor,working inits employ,to solicit or secureacontractwiththeCity,andthatithasnotpaidoragreedtopayanyperson,company,corporation, individualorfirmotherthanabonafide employee,contractororsub-consultant,workinginitsemploy,anyfee, commission,percentage,giftorotherconsiderationcontingentuponorresultingfromtheawardor making of a contract with theCity. 29.HoldHarmless:All Respondents shallholdtheCity,itsofficialsand employees harmlessandcovenantnotto suetheCity,itsofficialsand employees inreferencetoitsdecisionsto reject,award,ornotawardacontract,as applicable,unlesstheclaimisbasedsolelyon allegations of fraud and/orcollusion.Thesubmission of a proposal shallactasanagreementbytheRespondentthatthe Proposal/Bid Bond,if requiredforthisproject, shallnotbereleaseduntilandunlesstheRespondentwaivesanyandallclaimsthattheRespondentmayhave againsttheCitythat arise out of thisRFPprocessoruntilajudgmentisenteredintheRespondent'sfavorin anysuitfiledwhichconcernsthisproposalprocess.Inanysuchsuit,theprevailingpartyshallrecoverits attorney'sfees,courtcostsaswellasexpenses associated withthe litigation.Intheeventthatfees,courtcosts andexpenses associated withthelitigation are awarded totheCity,the Proposal/Bid Bond,if required forthis project,shallbe applied tothepayment ofthosecostsandany balance shallbepaidbythe Respondent. 30.Cancellation:Failure onthepart of theRespondenttocomplywiththe conditions,specifications,requirements, andtermsas determined bytheCity,shall bejust cause for cancellation of theAwardor termination of the contract. 31.Bonding Requirements:The Respondent,when submitting the Proposal,shall include a Proposal/Bid Bond,if required for this project,inthe amount of 5%ofthe total amount ofthebase Proposal onthe Proposal/Bid Bond Formincluded herein.Acompanyor personal check shall notbedeemedavalid Proposal Security. 32.Performance and Payment Bond:TheCity of South Miami may require the successful Respondent to furnish a Performance Bond and Payment Bond,each inthe amount of 100%ofthe total Proposal Price,including Alternates if any,naming theCity of South Miami,and the entity thatmaybe providing a source of funding for theWork,asthe obligee,as security forthe faithful performance of the Contract andforthepayment of all persons or entities performing labor,services and/or furnishing materials in connection herewith.The bonds shallbewithasuretycompanyauthorizedtodobusinessintheState of Florida. 32.1.Each Performance Bondshallbeintheamount of onehundredpercent(100%)of theContract Price guaranteeing toCitythe completion and performance of theWork covered inthe Contract Documents. 32.2.Each Performance Bondshallcontinueineffectforfiveyearafter final completionand acceptance of theWorkwiththeliability equal toone hundred percent (100%)ofthe Contract Sum. 32.3.Each Payment bond shall guarantee the full payment of all suppliers,material man,laborers,or subcontractor employed pursuanttothis Project. Page21 of 22 Thomas F.Pepe 10-13-14 32.4.EachBondshallbewithaSurety company whose qualifications meetthe requirements of insurance companies asset forth inthe insurance requirements ofthis solicitation. 32.5.Pursuanttothe requirements ofSection 255.05,Florida Statutes,Respondent shallensurethatthe Bond(s)referenced aboveshallbe recorded inthepublicrecordsof Miami-Dade County and provide CITY with evidence of such recording. 32.6.Thesuretycompanyshallholdacurrent certificate of authority as acceptable suretyon federal bondsin accordance withtheUnitedStates Department ofTreasuryCircular570,currentrevisions. 33.Proposal Guarantee:Notwithstanding thefactthatthe Respondent,in submitting a proposal,agreestothe termscontainedintheformofcontractthatispartofthisRFPpackage,thesuccessfulRespondent,within ten(10)calendar daysofNoticeof Award bytheCity,shall deliver,totheCity,the executed Contractand otherContract Documents that provide forthe Respondent's signature,anddelivertotheCitytherequired insurancedocumentationaswellasaPerformanceandPaymentBondifthesebondsarerequired.The Respondent whohastheContract awarded toitandwhofailsto execute theContractandfurnishthe required BondsandInsurance Documents withinthe specified timeshall,attheCity's option,forfeitthe Proposal/BidBond/SecuritythataccompaniedtheProposal,andtheProposal/BidBond/Securityshallbe retainedasliquidateddamagesbytheCity.ItisagreedthatiftheCityacceptspaymentfromthe Proposal/BidBond,thatthissumisafairestimateoftheamountofdamagestheCitywillsustainincasethe RespondentfailstosigntheContractDocumentsorfailstofurnishtherequiredBondsandInsurance documentation.Ifthe City does not accept the Proposal/Bid Bond,the City may proceed to sue for breach of contract if the Respondent failstoperforminaccordancewiththeContractDocuments.Proposal/Bid Bond/Security depositedintheform of a cashier's check drawn onalocal bank ingoodstandingshallbe subjecttothesame requirements asa Proposal/Bid Bond. 34.Pre-proposalConferenceSiteVisits:If aMandatoryPre-proposalconferenceisscheduledforthisproject,all Respondents shallattendthe conference andtourallareas referenced inthe Solicitation Documents.Itshallbe groundsforrejectingaProposalfromaRespondentwhodidnotattendthemandatorypre-proposal conference.Nopleas of ignorancebytheRespondentofconditionsthatexist,orthatmayhereinafterexist,asa result of failuretomakethenecessaryexaminationsorinvestigations,orfailuretocompleteanypart of theRFP Package,willbeacceptedasbasisforvaryingtherequirements of theContractwiththeCityofSouthMiamior the compensation of the Respondent. 35.Timeof Completion:ThetimeisoftheessencewithregardtothecompletionoftheWorktobeperformed undertheContracttobeawarded.Delaysandextensionsoftimemaybeallowedonlyinaccordancewiththe provisionsstatedintheappropriatesectionoftheContractDocuments,includingtheProposalForm.No changeordersshallbeallowedfor delays causedbytheCity,otherthanfor extensions oftimetocompletethe Work. 36.Submittal Requirements:All Proposals shall comply withthe requirements setforth herein. 37.Cancellation ofBid Solicitation:The City reserves the right to cancel,in whole or part,any request for proposal whenitisinthebestinterest of theCity. 38.Respondent shall not discriminate with regard toits hiring of employees or subcontractors orinits purchase of materials orinany way inthe performance ofits contract,ifoneis awarded,based on race,color,religion, nationalorigin,sex,age,sexual orientation,disability,orfamilialstatus. 39.All respondents,atthe time ofbid opening,must have fulfilled all prior obligations and commitments tothe City in order to have their bid considered,including all financial obligations.Prior tothe acceptance of any bid proposal or quotation, the City's Finance Department shall certify that there are no outstanding fines,monies,fees,taxes,liens or other charges owed to the City bythe Respondent,any ofthe Respondent's principal,partners,members or stockholders (collectively referred toas "Respondent Debtors").A bid,proposal or quotation willnotbe accepted until all outstanding debts of all Respondent Debtors owed tothe city are paid in full.No bidder who isin default of any prior contract with the City may have their bid considered until the default is cured tothe satisfaction ofthe City Manager. Page 22 of 22 Thomas F.Pepe 10-13-14 Date: RFF Title: RfyKo.J Name/Title ^Qld <^n1|rej|iee; ien-In Sheet March $f»* Basketball Pfc^lj^ Services ^.-' Company Name/E-mail Address Telephone No. C:\User$\stol^^Mfomi\Tem$afe Sign^In Sheefedoj; m>mmms report Mfe;i^ej|ptB^tfn:MariMflMiJ m?£W&#M %Q3&#-i-Jas&attKtll Management Seifria&v <3QMP^^ST3M!OTMJT^^AMQUNT:AMOUNT: ;l aiPii«^i»Mi^r tt 3.MIAMI SPORT Sfi&VICES 4 MJfl$f*QTO A fAMIAMlMMM& aftttfK IfoOOam '&'& •$4 •*&*&. 4tM £#,?&< #*, •*:/* %^*W: Tmmommas HAVE MET BEENGH^pto Maria M,Menendo2 &%£ierk:_ Print Name Witness: WibiesK Print Name Signature PROPOSAL SUMMARY RFP PR2015-03 Basketball Management Services NOTE:RESULTS ARE NOT FINAL UNTIL AN AWARD RECOMMENDTION BY THE CITY MANAGER Bidder BM Price: Syr Total BidPackage (10rg2 Copies;1 Digital) Bid Form Bidder Qualif. Price Proposal Sheet References NonColl. Affidavit PublicEntity Crimes and Conflicts of Interest Drugfree Workplace OSHA Stds List of Subs' Related Party (1)Proof of Ins Signed Contract (1)Level1 Background Sun Biz Tamiaml Basketball $268,000 X X X X X X X X X X X X X X X Miami Basketball.N et $105,000 X X X X X X X X X X X X X X X CBF Sports $85,000 X X X X X X X X X X X X X X X Miami Sports $60,750 X X X X X X X X X X X X No Signed Contract X X South Miami Basketball $59,500 X X X X X X X X X X X X X X X MDI Sports 1 $54,500 l-Org. Incomplete Copies X X X X X X X X X X X No Signed Contract X X (1)Condition of Award TM6:^^C#PUAS«*PtlVINC RFP Evaluation Scoring Sheet Basketball jement Services mimm Procurement Piston 6130 Sunsetbriye www.southWiahrifia6^: DIRECTIONS:Please score each firm,for each specific criteria provided.SUbiiiM Isfeasetitinjelcft eriteHa'Ji&tga i • (prinltiam©) / South11 Miami THF CITY Or PI.FASANT 11VINO RFP Title: RFP No.: Evaluation Scoring Sheet Basketball Management Services PR 2015-03 Procurement Division 6130 Sunset Drive South Miami,Florida 33143 (305)663-6339 Fax:(305)663-6346 www.southmiamifl.aov DIRECTIONS:Please score each firm,for each specificcriteria provided.Scoringis based oneachcriterialisted below witha maximum score for each criteria.The total score for each proposer is calculated by adding each criteria for a total score by proposer.The maximum score total score for each proposer is 100 points. A. Proposer's (includingkey personnel and any subcontractors) experience,qualifications, and past performance related to the managing and operating co-ed youth and adult basketball programs and.services. (Max 30 Points) 30'•3Q B. Proposer's development/ program plan,timeframe, operation plan,number of qualified staff tobe assigned to the facilities/programs. (Max 30 Points) 2$30 C. Three (3)recommendation letters from previously managed sports facilities and/or programs. (Max 20 Points) zo zo D. Proposed guaranteed annual fee toCity. (Max 20 Points) /5 zO ^^^^^^^^^^^^^^Hram^^^^^ S^lP*?»33gBg; W$$8%&ii§§$^jS^IJ^&^VK&ft*&S I^^^^^Si^ Additional Comments: £7/J\\Vums /JP'LfldL -,~i^ (Print Name)(Signature) TwibrV liN®SAi&kiwiNc RFP Title: RFPNfc Evaluation Scoring Sheet Basketball Management Services fftsit5.iffs Procurement Pvision. South Miami,PfafimM$& Fax:^O^ega^^.: vww,southmiaMfl:Qciv:: DIRECTIONS:Please score each firm,for each specific criteria provided-SconaQmfeasad oh each erfteHfriiitfra'*: bebvOsdill^JTiax^^ "US!"""""""'criteriarl^a'tolirse^l^fo^JS&tflttfeito Is .100 Points '?H-p B. &'*'* 'tel^ed to#e rnarkgirtg (Max 30 ProFHSsef'StdMeloprnent/ prcfgrarri pafl,gnje frarne, <i^|^^|ilar^^ri^inber of quaJJfied staffto be !issSlm^0 •/• mm Three(3)reGommertda (Max 20 Points) WmMf^MP^: (Max20Pbintsy Total Score: %*&» 1,J^Stfr^y^j/fle&tLXJ&c* '"#>rintName)J&* Date-. Detailby Entity Name Florida Profit Corporation MIAMIBASKETBALL.NET,INC Filing Information Document Number FEI/EIN Number Date Filed State Status Principal Address P02000028450 010664438 03/15/2002 FL ACTIVE 18149 SW 3RD ST PEMBROKE PINES,FL 33029 Changed:04/10/2005 Mailing Address PO BOX 823011 Pembroke Pines,FL 33028-3011 Changed:04/23/2014 Registered Agent Name &Address DANIELS,ANDRE 18149 SW 3RD ST PEMBROKE PINES,FL 33029 Address Changed:04/23/2014 Officer/Director Detail Name &Address Title P DANIELS,ANDRE 18149 SW 3RD ST PEMBROKE PINES,FL 33029 Annual Reports Report Year 2012 Filed Date 04/30/2012 Page1 of2 http://search.sunbiz.org/Inquiry/Cor^3/18/2015 Detail by Entity Name 2013 2014 Document Images 02/05/2013 04/23/2014 04/23/2014 -ANNUAL REPORT View image inPDF format 02/05/2013 -ANNUAL REPORT view image inPDFformat 04/30/2012 -ANNUAL REPORT View image inPDFformat 04/19/2011 -ANNUAL REPORT View image inPDFformat 05/04/2010 -ANNUAL REPORT ViewimageinPDFformat 02/23/2009 -ANNUAL REPORT Viewimagein PDF format 01 /04/2008 -ANNUAL REPORT View image inPDF format 02/20/2007 -ANNUAL REPORT View image InPDFformat 01/31/2006 -ANNUAL REPORT View image inPDFformat 04/10/2005 -ANNUAL REPORT View image inPDF format 07/14/2004 -ANNUAL REPORT View image inPDF format 04/24/2003 -ANNUAL REPORT View image inPDFformat 03/15/2002 -Domestic Profit View image inPDFformat Copyright ©and Privacy Policies State of Florida,Department of State Page2 of2 http://search.simbiz.or^3/1g/2015 mm&q*florid^S \i; BefomitHe underc^^^^ 'gftl-l e^tyi Ptoclai thatthe a'^cfi^bd^ |aUijal AcJVijt|$jsmJ9ftifdf l^kik^^i^^attir^f 4»^$pi*te Miami -i#F#B-a[M^d3 - Afi|^t|^er^^Hit.to^said Miarni B^fty Business Bss^ts&p^^atMi^rT4l (n §mr4 MJami'Dacll r%rSiia;:aaeh.diay (#xc9pfeS#u.iid^^«ii&y ^fcegtf iHblllfays} $ndMs been eritergdssj^i^iil^ia^m^:i!Kter^'tl^iE^sr' newspaper. (SEAL*v; -Iff £&>.* ^fe^pST •\_"-y^ra»*Sa»-£rt:".r*-3N&*., Member Name Bid Number Bid Name 5 Document(s)foundfor this bid 3 Planholder(s)found;247 Notified Cityof South Miami RFP-PR-2015-03-0-2015/SK "Basketball Management Services" Supplier Name Address 1 City State Zip Phone Attributes A2Z Sales 400 Travis Road Toledo OH 11735 8007461218 1.Hispanic Owned RP utility &excavation.corp 3422 sw 156 ct miami FL 33185 7865064998 VendorUnk LLC 12201 Research Parkway Orlando FL 32826 4074010031 1.Small Business MIAMI DAILY BUSINESS REVIEW PublishedDailyexcept Saturday,Sundayand LegalHolidays Miami,Miami-DadeCounty,Florida STATE OF FLORIDA COUNTY OF MIAMI-DADE: Beforethe undersigned authoritypersonally appeared M.ZALDIVAR,whoonoath says that heor she is the LEGALCLERK,Legal Notices of the MiamiDaily Business Review f/k/a MiamiReview,adaily(exceptSaturday,Sunday andLegalHolidays)newspaper,publishedatMiamiinMiami-Dade County,Florida;that the attached copyof advertisement, being a Legal Advertisement of Noticein the matter of CITY OF SOUTH MIAMI PUBLIC HEARING -APRIL7,2015 in the XXXX Court, was published in said newspaper in the issues of 03/27/2015 • Affiant further says thatthesaidMiami Daily Business Review is a newspaper published atMiamiin said Miami-Dade County,Floridaandthatthesaid newspaper has heretofore.been.continuouslypublishedinsaid Miami-Dade County, Florida,eachday(exceptSaturday,SundayandLegal Holidays) and has been entered as second class mailmatter at thepost officeinMiamiin said Miarhi-DadeCounty,Rorida,;fora periodofoneyearnextprecedingthefirst publication ofthe attachedcopyofadvertisement;andaffiantfurther saysthatheor shehasneitherpaidnorpromisedanyperson,firm or corporation anydiscount,rebate,commissionor refund forthepurpose •of securing this advertisement forpublicationintheisaid newspaper. (SEAL) M.ZALDIVAR personally known *«SBBSN MIAMI HERALD j MiamiHerattixom SUNDAY.MARCH 29.205 I 7B WEST PALM BEACH Police ready to start using tiny body cameras Inthe court ofpublic exfultcoL So the West Palm Beach PoliceDepartmentisadding toits arsenal small body cameras that some officers willwearonpatrolThetiny cylinderscanbeclippedto sunglasses,*nsrhill capsor collars.Alongwithanap proximately three-ounce controller,the cameras weigh about half anounce Palm Beach.Tf youcanin crease transparency.It's worth every douat" Policedepartmentsna tionwidealreadyare spend- even traveling to examine Daytona Beach Police's use by some West Palm Beach officers duringeach shift, police spokeswoman Lori ColombinD said. Apolicyisbeingdrafted for whenofficers shoulduse the cameras,Colombino saidPornow,s willbeat of ficers'discretion when the The cameras record au- dio,alongwithvideoatares- pfation **>°*'*fr»*<>twi>high definition but still clear enough to depict what's le^s say I'm drivingin West Pahs Beach and I see someonerunared light 1 double-click a button and thecameragrabsthepre vious30seconds oftheper son runnmgared Hght,"Tct- tiesaid. While the camera does capturethe30seconds ofvi- deo before a button is pressed,it doesntrecordau dioduring ♦'hq*'timt»frame duetothe posslbuicyofpri vate conversations taking place. help "remove doubtandun certainty ina he-said-she- said situation,"Turtle said the body-cam footagehelps add context to police Other departments,such asHanandale n**^.Coral Springsand Lauderhul Po lice,arelookinginto pur- The camera b WestPalm Beach,approved bythecityinOctober,in cludes funds for camera re- i overtwo-and-a- The thecameras Wednesday, TTr"*ing the agencyamong the first in South Florida to use the devices. The whole idea behind thecamerais transparency,'' said ElHot Cohen,aspokes manforthecity ofWest between officers and the communities they serve. West Palm Beach has set aside $200,000incityroods forthe wearable cameras, whilefuturefundingissetat anadditional $615,000.The departmentplanstophase inthecamerasgradually.It's startingwith 50 andaiming to have a total of250 in use byearlynext year. West Palm Beach Police spent at least a year re- A feature on laser's AX ON Flex camera allows itto teep 30seconds ofrecorded video before the officer startsrecording,according toSteve Tuttle,vicepresi dent of strategic oommurd- cations with "laser. Tixtuesatdpeople on.both sidesofthebadgemay be- mvolved."Coolerheadspre- vail andthatsa winforcom munities as well,"Tuttle said. At aFebruary meeting,West Palm Beach,said he hasat heardfromanyoffi cersopposedtothea aresavedtoacomputer thepublic,includingprivacy ionalsoisinfavorofthe serverwhenofficersreturn concerns,accordingto cameras. tothepolicestation.meetingminutes.According Ninety-ninepercent "of Thecameras come astothe rnrmrfrs,PoliceChiefpoliceofficersareprofes- bothpositiveandnegativeBryan Kummerlen cited sonalwhendeaangwhhthe interactions between the Florida lawtoexplainwhy pub&c;"Cohasaid.*Tbeof- pubUcand law enforcement thereshouMbenoissue>UD-fleerswelcomethe opportu- axealreadybeing fumed byderthelaw,peoplecan re-nhy forthepublictosee cellphonesandothercordothersin publicareas what'sgoingonduringthe cameras.where there isno expecta-day.Jrt a win-win for both Turtle said the ...- MIAMI Facinglawsuits,downtownagencyseekshelpfromCapitol •PROPERTY TAXES,FROM Q —thattheDDAhasnocon-atedunderthe1965 law.cyislevyinganillegaltax.mittee meetingreferredtothe legislation is in response.thatthe DDAhasno con stitutionalorlegalauthority to reap property taxes — comesdownlargelytohow Thafs largely 1968,theFloridaLegislature granted citiesandcounties theauthoritytopasslaws without state blessing,and cyislevyinganillegal tax. Democratic Sen.Gwen Margohs,whose districtin- hafrmiTwrctrrtftjUy tried to stopand then tweak the Senate bill.Shesays thelaw istailoredsothatitonly ap- properintrusionbytheLeg islature into the courts. They're tryingtosolvea lawsuit legislatively,which is inconceivable;0 saidMar gohs,whoinarecentcom- rheDDAas'somebodysEt- tieteapot"Diaz de la Porta- la,who didn't respond to messagesleftathisMiami and Tallahassee offices, countered that Margolis must befightingtheDDA Carrollhas represented Milan Investment Group The Miami DDA was founded in1967,two years after the state authorized special downtown develop menttaxing districts toalle viate blight andrevitalize central business districts. Today,M downtown devel opment districts east,but Miami'sisthe only one cre- "It's very deartousthat the authority is there (in statelaw]and die Legisla- ture'sintenthas alwaysbeen to provide that authority,'' saidBetancourt."But justin case there was any doubt ny filed a class-action tuft againstthe DDA-The corpo- ration,whichlastyearpaid just $73 inpropertytaxes 8> the DDA from its Pripk»H ranrin tmir,hag e>^flapm^ every tax bal h has receded fern the DDA duringthebst liketheoneauthorizingthe MismiDDA.Withouta state JavierBetancourt,deputy directorofthe Miami DDA, saidthat the DDA simply wantstoreiterateits taxing authority.Betancourt has beendearinTkushassee that naQty tothis issue anddis courage frivolous lawsuits inthefuture,we wanted to make crystalclear the au- DDA.ora county vote or referendum by property Thecruxoftheargument Carrollargues thatthe agen POLtTIFACT FLORIDA Rubio's latest rivalhas been a target of many afalseclaim Treasure Coast,which in cludespartsofPalm Tfr**^ Martin and St luck coun ties.1ft one ofthe only dis tricts in the state in winch registration is dosely matched between thepar ties.In 2012,Republican presidential nomineeMitt Romney won the district with52percentofthe vote. Murphyhasbuiltarepu tation asa middle-of-the- road Democrat who's will ingtojointheGOPoncer tain votes,includingback ingtheKeystoneXLPipe line,which has bees opposed by President Ba- dthat Murphyvotedinsupportof Obama's positions49per centofthe *ft™»in2itS4kmm* >Ictfopo1J«ffn^fniW>itMm among the most conserva tive House Democrats.Still he has faced attacks from GOPgroupsandreceiveda 20 percent rating by the American Conservative Murphy,aMiaminative and certified public ac countantwho worked at his lather's Coastal Canstruc* would rake onteapartyfa- wasjust 28.Murphyhad switched hispartyaffilia tion from Republican to Democrat *»t1H*thatyear. aswingdistrictinBroward andPalm Beach,but after thedistrictwas redrawn,he i to run in a more e district to tie him there.Murphy beat West bylessthanapercent age point,then beatformer state Rep.fJariDominowith Here's a look at fact- checks we've done involv- ONOBAMACARE In 20B,the National Re publican Congressional Committee said Murphy •Voted tokeepthescandal- ridden IRS incharge ofen- xnents of the Affordable Care Act.itgoestoofarto saytheagencyis incharge" of enfbrong thehealthlaw. States,thefederalDepart- play key rolesin itiftwfna and impTtymm^rtng vatiOUB aspects ofthe kw.Werated the NRCCs claim Mostly False. Meanwhile,Americans forProsperity,aconserva tivegroupthatopposesthe Affordable Care Act,said thatMurphyvotedfor Oba- macarein2(E0yet "reversed himselfand voted to delay** The problem with that claimwasthat Murphy wasn't a member of Con gress until 20D.APTlater acknowledged that It had 'with a ic member of Congress, Rep.Patrick Murphy of OnthecampaigntrailIn 2012,Murphy hadsaidhe supportedthehealthcare law,butalso thought it couldbe improved.He erh> ments on businesses,such complicated 1099 forms, whichwaslater repealed. BRUSH WITH LAW In the bare-knuckled West-Murphy race,a West campaignadsaidthatMur phywastryingto "tiidems drunkenassaultofapolice officer*The ad was refer ringtoa2003 incident in which Murphy wasa 19-year-old freshman atthe University of Miami.Mur phyandafriendwerefight inganddisruptingothersat a Miami p*fl ffr rfr-fi_ffrpfoj. andwere escortedoutbyse curity.An officer asked Murphyfor identification, but herefusedtoturnovera fake New Jersey driver's license. Murphy wasarrestedfor disorderly intoxication and possessionofastolendriv er's license. When PoUtiPact Florida Itis true that Murphy joined most Democrats in opposing a bill called the "Keep the IRS Off Tour Health Care Act of 2013." The measure would have preventedthe SIS from en forcing any portion of cer^s narrative or court re cords thatMirfphyphyslcal- Also,Murphy victed —thechargewas court and was dismissed wfihfnrnfmtM Weratedthe ad's chum Mostly False. Westalso claimedthataf- ter thechargesweredrop-mamthanMurpbymthenrst Murphyraisedabout $52 halfof Hdridge*campaign ped.''Murphy's rather gave orsecond quarter,butthsy muhon.waasrif-finanryfl,according theprosecutorahuge cam-onlysurpassedMurphy be-The only other Demo-tjorheCenterfbrResponsive paign donation,referringtocausetheygavethemselves cratic candidate in the Politics. campaigndonationsmadelargeloansorbecause tl .'"_ byPatricks rather Thomastransferred money fromawas SeanBldridge of Newlostbadly. P.Murphyandhis construe*US.Senate campaign.We York—thehusbandofPace-mnaan don businesses to Miami-otedthatdaimTrue.bookco-founderChris ^SKKS Dade State Attorney Kathe-During the 20K race,Hughes —but mote than pouiks. After the 2003 case againstMurphywasdrop ped,bis father'scompanies gave $1,500toFernandez Rundle's reelection cam paign.Murphy'sfatheralso gave $500to Fernandez Handle jo 2000. But it was a stretch to call gfthwrdonation "huge,"par ticularly for his father's publicanPartyofFlorida m the pastWeratedthat daim MostlyFalse. Democrats are encour aged by Murphy's fundrais- mg prowess. In 20E,we fact-checked Murphy's daim that "for the wnonri rruarterin a raw,my campaignhasraisedmore lenger inthe nation and tal to over $800000." Through the firsttwo of 2TJD,Murphy — —raisedroughly$809JD0CLA. fewotherchallengerstaking on incumbents did raise CITY OF SOUTH MIAMI COURTESY NOTICE NOTICEIS HEREBY given(hattheCityCommissionoftheCity ofSouth Miami,Floridawillconduct PublicHearing(s)atits regular CityCommissionmeetingscheduledfprTuegday.Anrft7.2015 beginning at 7.-00 p.rrt,intheCityCommissionChambers,6130Sunset Drive,toconsiderthefollowingitem(3)-. AResolution authorizing theCityManagertoenterintoathree(3)yearcontractwith MiamiBaskctbalUet,Inc.forthe management of basketball services aftheGibsonBethel Community Center. ALL interestedparties axeinvitedtoattendandwillbe heard. Forfurtherinformation,please contacttheCity Clerks Officeat:305-663-6340. MariaM.Menendez,CMC CityCletk Pursuant to Florida Statutes 286.0105,theCityherebyadvises thepublic thatifa person decides toappeal anydecision madebythis Board.AgencyorCommissionwithrespecttoanyrjatttrconsideredatits rneeur^arbesrina,heotsIk will needa record ofthe proceeding!,andthatforsuchpurpose,affectedpersonmayneed to ensurethata verbatim record ofthe proceedings ismadewhichrecordincludes(he testimonyandevidenceuponwhichtheappealis lo bebased.