Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2015-124Temp. Reso. #12733 11/18/15 Page 1 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2015- /a 4 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO AWARD BID NO. 16- 02B AND EXECUTE AN AGREEMENT WITH SUPERSPORTS OF BROWARD COUNTY, INC., FOR SPORTS OFFICIATING SERVICES, FOR A TWO-YEAR CONTRACT COMMENCING WITH CITY'S NOTICE TO PROCEED, FOR AN AMOUNT NOT TO EXCEED $59,357 PER YEAR, TOTALING AN AMOUNT NOT TO EXCEED $118,714, FOR A TWO-YEAR TERM; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, the City of Tamarac desires to provide its residents and visitors a higher level of service by enhancing and improving its outdoor recreation facilities and environment; and WHEREAS, the City of Tamarac wishes to contract with a firm or association for the organization, implementation, and operation of the booking and staffing for the City`s athletic programs including Youth Basketball, Adult Basketball, Youth Soccer, Youth Baseball, Youth Flag Football, Adult Flag Football, Adult Kickball, and Adult Softball; and WHEREAS, the City published Invitation to Bid No. 16-02B for Sports Officiating Services on September 27, 2015; and WHEREAS, Bid #16-02B, including all addendums, is incorporated by reference and available in the Office of the City Clerk; and Temp. Reso. #12733 11/18/15 Page 2 WHEREAS, the City examined responses from Supersports of Broward County, Inc., and Eagle Eye Officiating, LLC and WHEREAS, a copy of the ranking sheet is attached hereto as "Exhibit 1 "; and WHEREAS, Supersports of Broward County, Inc., was deemed the most responsive and responsible bidder, a copy of said Bid is incorporated by reference and available in the Office of the City Clerk; and WHEREAS, the City of Tamarac has drafted a contract with Supersports of Broward County, Inc., for their services at the bid price of $59,357 per year, totaling an amount not to exceed $118,714 for a two-year term, attached hereto as "Exhibit 2"; and WHEREAS, it is the recommendation of the Director of Parks and Recreation and the Purchasing and Contracts Manager that Bid No. 16-02B and the contract for Sports Officiating Services be awarded to Supersports of Broward County, Inc.; and WHEREAS, the City Commission of the City of Tamarac, Florida, deems it to be in the best interest of the citizens and residents of the City of Tamarac to award Bid No. 16- 02B and the contract for Sports Officiating Services to Supersports of Broward County, Inc., at a cost not to exceed $59,357 per year, totaling an amount not to exceed $118,714 for an initial two (2) year term, with the right to renew the contract for three (3) additional one (1) year periods upon agreement of both parties. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA THAT: Temp. Reso. #12733 11/18/15 Page 3 SECTION 1: The foregoing "WHEREAS" clauses are hereby ratified and confirmed as being true and correct and are hereby made a specific part of this Resolution upon adoption hereof. All exhibits attached hereto are hereby incorporated herein by this reference. SECTION 2: Supersports of Broward County, Inc., is awarded Bid No. 16-02B for Sports Officiating at a cost not to exceed $59,357 per year, totaling an amount not to exceed $118,714 for a two-year term. SECTION 3: The appropriate City officials are hereby authorized to execute an Agreement between the City of Tamarac and Supersports of Broward County, Inc., in the bid amount of $59,357 per year, totaling an amount not to exceed $118,714 for a two-year term, for Sports Officiating Services. SECTION 4: That funding will be available in the appropriate Parks and Recreation Accounts. SECTION 5: All resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 6: If any clause, section, other part or application of this Resolution is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or application, it shall not affect the validity of the remaining portions or applications of this Resolution. Temp. Reso. #12733 11/18/15 Page 4 SECTION 7: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED)1-4 I9TH DAY OF DECEMBER, 2015. HARR DRESSLER MAYOR ATTEST: RECORD OF COMMISSION VOTE: MAYOR DRESSLER DIST 1: COMM. BUSHNELL DIST 2: COMM. GOMEZ DIST 3: VICE MAYOR GLASSER DIST 4: COMM. PLACKO I HEREBY CERTIFY THAT I HAVE APPROVED THIS RESOLUTION AS TO FORM � -SAMUEL S. GOREN CITY ATTORNEY L� 1 1 r 6 Z Z W a O 0 m 0 0 0 0 0 0 0 0 0 0 E a o 0 0 0 o Ln 0 0 0 0 0 v lzt 00 00 m rn o O LO N � 00 Ln rl N l0 N 0 a rl -1 M M "1 N N rl rl N U t +�+ J (6 O J C 4+ i C tx m M--, N c.4 •,F� m O O O O O O O O O O N M O O O O O O O O O O U Z � M u O O O O Ln Ln Ln O 0 0 _ Ln MM M M M M rI M M M O a) N J cn p O t/� to to •V). V'r v� t/� to tn- L LL 0 w 0 Z > v � Q N O N N N pp L l0 C cvi 'L f6 S rl :3 Ln l6 w U I cn rn a� a o O O 0 0 oLn o o 0 0 O V m 0 0) O Ln Ln 0) 01 00) ri O O N O O U L f1 Ln Ln rl rl 00 Il' N In 01 ri ri rn rn 0 N N ri ri N 0 0 L Co 0 Ln N 0 O O O O O O O O O O 4-U s M 00 Ln Vl Vl Ln O O O O O V1 v 00 M N Ln Lr) O V) N Ln M N O. N N N fV m rI � Ln m rn O 00 J i 00 U •ln• {n• •V). t/)- in• t/). tn• 'V} /} t L4 Q � V) LL L L rI ^ � � a, a, r\ a; op a 0 -0 00 > 4 a V) Q:: t"I 0 m i O N O Q Q W Q N N l6 41 Q f'� � N N E v O Z Z C V) W r-I U L CO O Q _ N ^ O w 2 cn V W V N to bD j N t o � -0 W U1 J LN p !0 U t U M h 00 E Ln rn CO C (0 p ca u ca N v n v ru bD c C'r t o fO toMO N � C L O U C N Ln Cn w O `° w C� °p f6 U v1 6i v � c Ln 01 V J v U U J C u, v of N N E mO Q h.0 !Y1 O 00 J U M to m OA 0 �, O N m H C .�_ Q m v p 00 L W_ E O O O v O O N O O W U O `^ O i O_ O' O m y L L M L 0 cC L N N O_ Y 0 h i L Y v m v v, O W 0 w v aU Q Q a QJ Q N '� w C .�Un v N Q �' `^ Y c(U ai Q- —n (6 L m LL V1 m ra •u N f6 N m (6 •� •U t N 00 O N N N N � 'L O f6 N = O O IY W vi cu L `n L `n s `n J O O- vUi `~ O O O ,0 O U t t �^ O O o o o m o 3 c O 3? m o 0 >- } � > >• Q H m O a) Ln O N I— N >- >- w w w w w w w w LU LU 00 00 om Lr) Lr)m � Lr)r yZ rl N m Lf) 00 Ol OC 0 0 0 0 0 0 0 0 E o 0 0 0 0 0 O N N �0 U L Lr) CO N U') O l0 p d N N to ri t/t to t° U t ro O J C fQ Y a) c y L tv Q N ro � 0 0 O O O O O Z 4--+ M Ul u O O O O Ln Ln Lr) m 0 �, N J M 0 a CL °0' >_ 0) O w O Z a) 4- O •i � O V bA L l0 C ro s ri =3 Ln co w U m Ln m a� a C: cu v V1 O O N O O O I� O L O 01 I, ri kO -1 m Ln u a of in 00 r` Ln O m N N oo t. & rn v� in• +n• in Ln O L O U H �j m � O U M ro O O O O O O C b�A = Do cn N (/7 W M M N i N 1.r1 O a) O Ln V1 CO O T ` 5 J I N oo M Q- •u M •cn• M M tn• N tn• M in• M v� M v� J a 2 (n LL M kD � V `Q H v O v v °° a O a -0 co >tv~ a, OC F— O J (AhW- c a� a W a o o Q Z Q ol •j U CAZ W m O Q O a) u U L Ln O, uj a LnN v v as ci C ° a a) E� vl a, = � on to C 0 obn a)bo m Q. M M J O N J v N rn L N W ^ > M v v m r�i _ Cl 0)Qj O CO H mv v a) a0 0 L ri u co a) Oto cl J m O J ma0 Q ° °m Ln aUw QQ -Ln o m COU a, aJ 0) m v Y v N LL 0,fO 11 �6 g � v L O 7o ° L 'cl u r�i �- 'u N Y Y y 3 H L a1 J J J t L ' O O aJ = O O Q O O Q O O 7 7 >- v E O E L ° a1 v7 >• > O ticmH ao c a a 0 W{ a 0 v, = LU LU w w w w w ram+ � � m 0o N I- r- r-I N N � r^i Z Ln k.0 ri ri c-I c�-I c-I ri ri w] v m E H 4! a) R FE AGREEMENT BID NO. 16-02 B SPORTS OFFICIATING SERVICES ISSUED: SEPTEMBER 27, 2015 City of Tamarac Purchasing & Contracts Division 7525 NW 88th Avenue Room 108 (954) 597-3570 Tamarac, FL 33321 of Tamarac Purchasing and Contracts Division AGREEMENT BETWEEN THE CITY OF TAMARAC 0MI SUPERSPORTS OF BROWARD COUNTY, INC. THIS AGREEMENT is made and entered into this A day ofS"ai#o 20f� by and between the City of Tamarac, a municipal corporation with principal offices located at 7525 N.W. 88th Ave., Tamarac, FL 33321 (the "CITY") and Supersports of Broward Co., Inc., a Florida Corporation with principal offices located at 11871 S. W. 8th Court, Davie, FL 33325 (the "Contractor") to provide for Sports Officiating Services as per Bid No. 16-02 B. Now therefore, in consideration of the mutual covenants hereinafter set forth, the City and Contractor agree as follows: 1) The Contract Documents The contract documents consist of this Agreement, Bid Document No. 16-02 B — Sports Officiating Services, including all conditions therein, (General Terms and Conditions, Special Conditions and/or Special Provisions), drawings, Technical Specifications, all addenda, the Contractor's bid/proposal included herein, and all modifications issued after execution of this Agreement. These contract documents form the Agreement, and all are as fully a part of the Agreement as if attached to this Agreement or repeated therein. In the event that there is a conflict between Bid No. 16-02 B - Sports Officiating Services as issued by the City, and the Contractor's Proposal; Bid No. 16-02 B as issued by the City shall take precedence over the Contractor's Proposal. Furthermore, in the event of a conflict between this document and any other contract documents, this Agreement shall prevail. 2) The Work 2.1. The Contractor shall perform all work for the City required by the contract documents as set forth below: 2.1.1 Contractor shall furnish all labor, materials, and equipment necessary to provide the sport officiating services. ik\;6 2.1.2 Contractor shall including, but not limited to, ensuring all personnel (� assigned to the contract have cleared the background screening as 1 required by Bid Document No. 16-02 B. 2.1.3 Contractor shall supervise the work force to ensure that all workers conduct themselves and perform their work in a safe and professional manner. Contractor shall comply with all OSHA safety rules and regulations in the operation of equipment and in the performance of the work. Contractor shall at all times have a competent field supervisor on the job site to enforce these policies and procedures at the Contractor's expense. 2.1.4 Contractor shall provide the City with seventy-two (72) hours written notice prior to the beginning of work under this Agreement and prior to City of Tamarac IPurchasing and Contracts Division any schedule change with the exception of changes caused by inclement weather. 2.1.5 Contractor shall comply with any and all Federal, State, and local laws and regulations now in effect, or hereinafter enacted during the term of this Agreement, which are applicable to the Contractor, its employees, agents or subcontractors, if any, with respect to the work and services described herein. Contractor shall comply with any and all Federal, State, and local laws and regulations now in effect, or hereinafter enacted during the term of this Agreement, which are applicable to the Contractor, its employees, agents or subcontractors, if any, with respect to the work and services described herein 3) Insurance 3.1. Contractor shall obtain at Contractor's expense all necessary insurance in such form and amount as specified in the original bid document or as required by the City's Risk and Safety Manager before beginning work under this Agreement including, but not limited to, Workers' Compensation, Commercial General Liability, and all other insurance as required by the City, including Professional Liability when appropriate. Contractor shall maintain such insurance in full force and effect during the life of this Agreement. Contractor shall provide to the City's Risk and Safety Manager certificates of all insurances required under this section prior to beginning any work under this Agreement. The Contractor will ensure that all subcontractors comply with the above guidelines and will retain all necessary insurance in force throughout the term of this agreement. 3.2. Contractor shall indemnify and hold the City harmless for any damages resulting from failure of the Contractor to take out and maintain such insurance. Contractor's Liability Insurance policies shall be endorsed to add the City as an additional insured. Contractor shall be responsible for payment of all deductibles and self-insurance retentions on Contractor's Liability Insurance policies. 4) Term The contract shall be for an initial period of Two (2) years commencing with the City's Notice to Proceed. The City reserves the right to renew the contract for three (3) additional one (1) year periods, providing all parties agree to the renewal and all of the terms, conditions and specifications remain the same. 5) Contract Sum Pricing shall conform to the pricing schedule submitted by Contractor, included herein as Attachment A. 6) Payments Payment will be made monthly for work that has been completed, inspected and properly invoiced. Invoices must bear the project name, bid number and purchase order number. City has up to thirty (30) days to review, approve and pay all invoices after receipt. City of Tamarac Purchasing and Contracts Division All payments shall be governed by the Local Government Prompt Payment Act, F.S., Part VII, Chapter 218. 7) Warranty Contractor warrants the services provided are in accordance with the specifications of Bid No. 16-2 B. In the event that services do not meet the specifications, Contractor shall perform such steps as required to remedy the defects within a reasonable time after work has been performed. 8) Indemnification 8.1 The Contractor shall indemnify and hold harmless the City, its elected and appointed officials, employees, and agents from any and all claims, suits, actions, damages, liability, and expenses (including attorneys' fees) in connection with loss of life, bodily or personal injury, or property damage, including loss of use thereof, directly or indirectly caused by, resulting from, arising out of or occurring in connection with the operations of the Contractor or its officers, employees, agents, subcontractors, or independent Contractors, excepting only such loss of life, bodily or personal injury, or property damage solely attributable to the gross negligence or willful misconduct of the City or its elected or appointed officials and employees. The above provisions shall survive the termination of this Agreement and shall pertain to any occurrence during the term of this Agreement, even though the claim may be made after the termination hereof. 8.2 Upon completion of all Services, obligations and duties provided for in this Agreement, or in the event of termination of this Agreement for any reason, the terms and conditions of this Article shall survive indefinitely. i. The Contractor shall pay all claims, losses, liens, settlements or judgments of any nature whatsoever in connection with the foregoing indemnifications including, but not limited to, reasonable attorney's fees (including appellate attorney's fees) and costs. ii. City reserves the right to select its own legal counsel to conduct any defense in any such proceeding and all costs and fees associated therewith shall be the responsibility of Contractor under the indemnification agreement. 8.3 The City and Consultant recognize that various provisions of this Agreement, including but not limited to this Section, provide for indemnification by the Consultant and requires a specific consideration be given there for. The Parties therefore agree that the sum of Ten Dollars and 00/100 ($10.00), receipt of which is hereby acknowledged, is the specific consideration for such indemnities, and the providing of such indemnities is deemed to be pfirt of the specifications with respect to the services to be provided by Consultant. Furthermore, the City and Consultant understand and agree that the covenants and representations relating to this indemnification provision shall serve the term of this Agreement and City of Tamarac IPurchasing and Contracts Division continue in full force and effect as to the City's and the Consultant's responsibility to indemnify. 8.4 Nothing contained herein is intended nor shall be construed to waive City's rights and immunities under the common law or Florida Statutes 768.28, as amended from time to time. 9) Non -Discrimination & Equal Opportunity Employment During the performance of the Contract, the Contractor and its subcontractors shall not discriminate against any employee or applicant for employment because of race, color, sex including pregnancy, religion, age, national origin, marital status, political affiliation, familial status, sexual orientation, gender identity and expression, or disability if qualified. The Contractor will take affirmative action to ensure that employees and those of its subcontractors are treated during employment, without regard to their race, color, sex including pregnancy, religion, age, national origin, marital status, political affiliation, familial status, sexual orientation, gender identity or expression, or disability if qualified. Such actions must include, but not be limited to, the following: employment, promotion; demotion or transfer; recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor and its subcontractors shall agree to post in conspicuous places, available to its employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. The Contractor further agrees that he/she will ensure that all subcontractors, if any, will be made aware of and will comply with this nondiscrimination clause. 10) Independent Contractor This Agreement does not create an employee/employer relationship between the Parties. It is the intent of the Parties that the Contractor is an independent contractor under this Agreement and not the City's employee for any purposes, including but not limited to, the application of the Fair Labor Standards Act minimum wage and overtime payments, Federal Insurance Contribution Act, the Social Security Act, the Federal Unemployment Tax Act, the provisions of the Internal Revenue Code, the State Worker's Compensation Act, and the State Unemployment Insurance law. The Contractor shall retain sole and absolute discretion in the judgment of the manner and means of carrying out Contractor's activities and responsibilities hereunder provided, further that administrative procedures applicable to services rendered under this Agreement shall be those of Contractor, which policies of Contractor shall not conflict with City, State, or United States policies, rules or regulations relating to the use of Contractor's funds provided for herein. The Contractor agrees that it is a separate and independent enterprise from the City, that it had full opportunity to find other business, that it has made its own investment in its business, and that it will utilize a high level of skill necessary to perform the work. This Agreement shall not be construed as creating any joint employment relationship between the Contractor and the City and the City will not be liable for any obligation incurred by Contractor, including but not limited to unpaid minimum wages and/or overtime premiums. City of Tamarac Purchasing and Contracts Division 11) Assignment and Subcontracting Contractor shall not transfer or assign the performance required by this Agreement without the prior consent of the City. This Agreement, or any portion thereof, shall not be subcontracted without the prior written consent of the city. 12) Notice Whenever either party desires or is required under this Agreement to give notice to any other party, it must be given by written notice either delivered in person, sent by U.S. Certified Mail, U.S. Express Mail, air or ground courier services, or by messenger service, as follows: CITY City Manager City of Tamarac 7525 N.W. 88th Avenue Tamarac, FL 33321 With a copy to City Attorney at the following address: Goren, Cherof, Doody & Ezrol, P.A. 3099 East Commercial Blvd., Suite 200 Fort Lauderdale, FL 33308 CONTRACTOR Supersports of Broward County, Inc. Attn: Robert H. Segal, President 11871 SW 8th Court Davie, FL 33325 13) Termination 13.1 Termination for Convenience: This Agreement may be terminated by the City for convenience, upon seven (7) days of written notice by the City to the Contractor for such termination in which event the Contractor shall be paid its compensation for services performed to termination date, including services reasonably related to termination. In the event that the Contractor abandons this Agreement or causes it to be terminated, Contractor shall indemnify the city against loss pertaining to this termination. 13.2 Default by Contractor: In addition to all other remedies available to the City, this Agreement shall be subject to cancellation by the City for cause, should the Contractor neglect or fail to perform or observe any of the terms, provisions, conditions, or requirements herein contained, if such neglect or failure shall continue for a period of thirty (30) days after receipt by Contractor of written notice of such neglect or failure. of Tamarac 14) Public Records Purchasing and Contracts Division 14.1 The City of Tamarac is a public agency subject to Chapter 119, Florida Statutes. The Contractor shall comply with Florida's Public Records Law. Specifically, the Contractor shall: 14.1.1 Keep and maintain public records that ordinarily and necessarily would be required by the City in order to perform the service; 14.1.2 Provide the public with access to such public records on the same terms and conditions that the City would provide the records and at a cost that does not exceed that provided in chapter 119, Fla. Stat., or as otherwise provided by law; 14.1.3 Ensure that public records that are exempt or that are confidential and exempt from public record requirements are not disclosed except as authorized by law; and 14.1.4 Meet all requirements for retaining public records and transfer to the City, at no cost, all public records in possession of the contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt. All records stored electronically must be provided to the City in a format that is compatible with the information technology systems of the agency. 14.2 The failure of Contractor to comply with the provisions set forth in this Article shall constitute a Default and Breach of this Agreement and the City shall enforce the Default in accordance with the provisions set forth in Article 13 "Termination" herein. 15) Uncontrollable Forces 15.1 Neither the City nor Contractor shall be considered to be in default of this Agreement if delays in or failure of performance shall be due to Uncontrollable Forces, the effect of which, by the exercise of reasonable diligence, the non- performing party could not avoid. The term "Uncontrollable Forces" shall mean any event which results in the prevention or delay of performance by a party of its obligations under this Agreement and which is beyond the reasonable control of the nonperforming party. It includes, but is not limited to fire, flood, earthquakes, storms, lightning, epidemic, war, riot, civil disturbance, sabotage, and governmental actions. 15.2 Neither party shall, however, be excused from performance if nonperformance is due to forces, which are preventable, removable, or remediable, and which the nonperforming party could have, with the exercise of reasonable diligence, prevented, removed, or remedied with reasonable dispatch. The nonperforming party shall, within a reasonable time of being prevented or delayed from performance by an uncontrollable force, give written notice to the other party City of Tamarac Purchasing and Contracts Division describing the circumstances and uncontrollable forces preventing continued performance of the obligations of this Agreement. 16) Agreement Subject to Funding This agreement shall remain in full force and effect only as long as the expenditures provided for in the Agreement have been appropriated by the City Commission of the City of Tamarac in the annual budget for each fiscal year of this Agreement, and is subject to termination based on lack of funding. 17) Venue This Agreement shall be governed by the laws of the State of Florida as now and hereafter in force. The venue for actions arising out of this agreement is fixed in Broward County, Florida. 18) Signatory Authority The Contractor shall provide the City with copies of requisite documentation evidencing that the signatory for Contractor has the authority to enter into this Agreement. 19) Severability; Waiver of Provisions Any provision in this Agreement that is prohibited or unenforceable in any jurisdiction shall, as to such jurisdiction, be ineffective to the extent of such prohibition or unenforceability without invalidating the remaining provisions hereof or affecting the validity or enforceability of such provisions in any other jurisdiction. The non -enforcement of any provision by either party shall not constitute a waiver of that provision nor shall it affect the enforceability of that provision or of the remainder of this Agreement. 20) Merger; Amendment This Agreement constitutes the entire Agreement between the Contractor and the City, and negotiations and oral understandings between the parties are merged herein. This Agreement can be supplemented and/or amended only by a written document executed by both the Contractor and the City. 21) No Construction Against Drafting Party Each party to this Agreement expressly recognizes that this Agreement results from the negotiation process in which each party was represented by counsel and contributed to the drafting of this Agreement. Given this fact, no legal or other presumptions against the party drafting this Agreement concerning its construction, interpretation or otherwise accrue to the benefit of any party to the Agreement, and each party expressly waives the right to assert such a presumption in any proceedings or disputes connected with, arising out of, or involving this Agreement. City of Tamarac and Contracts Division IN WITNESS WHEREOF, the parties have made and executed this Agreement on the respective dates under each signature. CITY OF TAMARAC, signing by and through its Mayor and City Manager, and CONTRACTOR, signing by and through it's duly authorized to execute same. b , �Q..•LU �-'• 0 LIJ A ST: 111:bi i Patricia A. Teufel, CMCP City Clerk Date ATTEST: Signature of Corporate Secretary Type/Print Name of Corporate Secy. (CORPORATE SEAL) CITY OFT MARAC Harry ffr9ssl4r, Mayor l,� -o9-/s-- Date ael C. Cernech, City Mana er Date Approved as to form and legal sufficiency: C-41 i, , "JW City Attrney /C)--/% / Date Supersports of Broward County, Inc. Company Name Signature of President/Owner Robert H. Segal Type/Print Name of President/Owner Date of Tamarac CORPORATE ACKNOWLEDGEMENT STATE OF SS COUNTY OF and Contracts Division I HEREBY CERTIFY that on this day, before me, an Officer duly authorized in the State aforesaid and in the County aforesaid to take acknowledgments, personally appeared Robert Segal, of Supersports of Broward County, Inc, a Florida Corporation, to me known to be the person(s) described in and who executed the foregoing instrument and acknowledged before me that he/she executed the same. WITNESS my hand and official seal this day off Signature of Notary Public ANJ MAS000 to of Florida at Large `.oiap°os� _' _: : � Notary Public -State of Fl .'= - Com My Comm. Expires Jul 16,Print, Type or Stamp .�. -lame of Notary Public ❑ Personally known to me or Produced Identification lx c Type of I.D. Produced ADID take an oath, or ❑ DID NOT take an oath. of Tamarac ATTACHMENT A SCHEDULE OF UNIT PRICING and Contracts Division Item No. Unit Description Price per Official YOUTH BASKETBALL 1 Per Game Youth — Freshman (1 Official each game, 29 games, 2 seasons) $27.50 2 Per Game Youth —Sophomore (1 Official each game, 29 games, 2 seasons) $27.50 3 Per Game Youth -Junior (2 Officials each game, 29 games, 2 seasons) $27.50 4 Per Game Youth - Senior (2 Officials each game, 19 games, 2 seasons) $27.50 ADULT BASKETBALL 5 Per Game Two officials each game, 67 games each fall and spring season, 35 games summer season $32.00 6 Per Game One scorekeeper for each game, 67 games each fall and spring season, 35 games each summer season $16.00 YOUTH BASEBALL 7 Per Game One official for each Coach Pitch (30 games, 2 seasons) $45.00 8 Per Game Two officials for each Minor and Major division game (30 games each season, one season per year) $50.00 SOCCER 9 Per Game Youth U8 (1 per game, 55 games) $35.00 10 Per Game Youth U10 (2 per game,37 games) $32.50 11 Per Game Youth U13 (2 per game, 37 games) $32.50 12 Per Game Youth U16 (2 per game, 37 games) $35.00 YOUTH FLAG FOOTBALL 13 Per Game One official for each U8 division game (19 games per season, 1 season) $30.00 14 Per Game Two officials for each U11 and U15 division games (14 games each season, one season per year) $29.00 ADULT FLAG FOOTBALL 1175Per Game Two officials each game (73 games each season, 2 seasons per year) $30.00 ADULT KICKBALL 16 Per Game One official each game, (31 games each season, three seasons per year) $35.00 ADULT SOFTBALL 177 Per Game One official each game (87 games each season, two seasons per year) 1 $35.00