1921 American Sports OfficialsTo: City Clerk
E: Request for Services
The item(s) noted below is/are attached and forwarded to your office for the following action(s):
❑ Development Order
❑ Final Plat (original mylars)
❑ Letter of Credit
❑ Maintenance Bond
❑ Ordinance
❑ Payment and Performance Bond
❑ Resolution
❑ PBA 17/18-45 American Sports Officials
Once completed, please:
❑ Return originals
❑ Return copy
Special Instructions:
Attached copy is for City Clerk records
Thank you!
ac, DC-41��
From
T:\Dept_forms\City Clerk Transmittal Memo - 2009.doc
❑ City Mayor's Signature
® City Clerk Record Keeping
❑ Safe Keeping
❑ City Attorney's Signature
❑ City Clerk's Signature
ate
American Sports Officials Inc. Piggyback Contract (PBA 17118-45)
The City of Sanford ("City") enters this "Piggyback" Contract American Sports
Officials Inc., a Florida corporation (hereinafter referred to as the "Vendor"), whose
address 1994 Spruce Creek Circle North, Port Orange, Florida 32128, under the terms
and conditions hereinafter provided. The City and the Vendor agree as follows:
(1). The Purchasing Policy for the City of Sanford allows for "piggybacking"
contracts. Pursuant to this procedure, the City is allowed to piggyback an existing
government contract, and there is no need to obtain formal or informal quotations,
proposals or bids. The parties agree that the Vendor has entered a contract with the
City of Altamonte Springs, Florida, said contract being identified as "Contract No.
AB12038A1 — Sports Officiating Services — AR (Base Bid B)", as amended and
reassigned, in order for the Vendor to provide baseball officiating services to the City
(said original contract being referred to as the "original government contract").
(2). The original government contract documents are incorporated herein by
reference and is attached as Exhibit "A" to this contract. All of the terms and
conditions set out in the original government contract are fully binding on the parties
and said terms and conditions are incorporated herein; provided, however, that the
City will negotiate and enter work orders/purchase orders with the Vendor in
accordance with City policies and procedures for particular goods and services.
(3). Notwithstanding the requirement that the original government contract
is fully binding on the parties, the parties have agreed to modify certain technical
provisions of the original government contract as applied to this Contract between
the Vendor and the City, as follows:
1
N/A.
(a). Time Period ("Term") of this Contract: (state N/A if this is not applicable).
(b). Insurance Requirements of this Contract: (state N/A if this is not
applicable). N/A.
(c). Any other provisions of the original government contract that will be
modified: (state NIA if this is not applicable). N/A.
(d). Address change for the City: Notwithstanding the address and contact
information for the government entity as set out in the original government contract, the
Vendor agrees that he/she/it shall send notices, invoices and shall conduct all business
with the City to the attention of City Manager, at: City of Sanford, 300 North Park Avenue;
Sanford, Florida 32771. The City Manager's designated representative for this Contract
is Lisa Jones, Recreation Manager, Recreation Department, City of Sanford, 300 North
Park Avenue; Sanford, Florida 32771, telephone number (407) 688-5120 and whose e-
mail address is Lisa.Jones@sanfordfl.gov.
(e). Notwithstanding anything in the original government contract to the
contrary, the venue of any dispute will be in Seminole County, Florida. Litigation between
the parties arising out of this Contract shall be in Seminole County, Florida in the Court
of appropriate jurisdiction. The law of Florida shall control any dispute between the parties
arising out of or related to this Contract, the performance thereof or any products or
services delivered pursuant to such Contract.
(f). Notwithstanding any other provision in the original government contract to
the contrary, there shall be no arbitration with respect to any dispute between the parties
arising out of this Contract. Dispute resolution shall be through voluntary and non-binding
2
mediation, negotiation or litigation in the court of appropriate jurisdiction in Seminole
County, Florida, with the parties bearing the costs of their own legal fees with respect to
any dispute resolution, including litigation.
(g). All the services to be provided or performed shall be in conformance with
commonly accepted industry and professional codes and standards, standards of the
City, and the laws of any Federal, State or local regulatory agency.
(h). Public Records:
(I). IF THE CONTRACTOR/VENDOR HAS QUESTIONS
REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA
STATUTES, TO THE CONTRACTOR'S (VENDOR'S) DUTY TO PROVIDE
PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE
CUSTODIAN OF PUBLIC RECORDS AT (407) 688-5012, TRACI
HOUCHIN,
CITY CLERK,
CITY OF SANFORD,
CITY HALL,
300 NORTH
PARK
AVENUE,
SANFORD,
FLORIDA
32771,
TRACI. HOUCH I N@SAN FORDFL.GOV.
(II). In order to comply with Section 119.0701, Florida Statutes, public
records laws, the Vendor must:
(A). Keep and maintain public records that ordinarily and necessarily would
be required by the City in order to perform the service.
(B). Provide the public with access to public records on the same terms and
conditions that the City would provide the records and at a cost that does not exceed
the cost provided in Chapter 119, Florida Statutes, or as otherwise provided by law.
C
(C). Ensure that public records that are exempt or confidential and exempt
from public records disclosure requirements are not disclosed except as authorized
by law.
(D). Meet all requirements for retaining public records and transfer, at no
cost, to the City all public records in possession of the Vendor upon termination of
the contract and destroy any duplicate public records that are exempt or confidential
and exempt from public records disclosure requirements. All records stored
electronically must be provided to the City in a format that is compatible with the
information technology systems of the City.
(III). If the Vendor does not comply with a public records request, the City
shall enforce the contract provisions in accordance with this Agreement.
(IV). Failure by the Vendor to grant such public access and comply with public
records requests shall be grounds for immediate unilateral cancellation of this
Agreement by the City. The Vendor shall promptly provide the City with a copy of any
request to inspect or copy public records in possession of the Vendor and shall
promptly provide the City with a copy of the Vendor's response to each such request.
(i). The Vendor shall adhere to all grantor requirements when the funds
derived for goods or services hereunder derive from grant funding.
(4). All other provisions in the original government contract are fully binding on
the parties and will represent the agreement between the City and the Vendor.
Entered this'd day of Nti , 2018.
SIGNATURE PAGE FOLLOWS:
4
Exhibit "A"
[Attach original government contract]
Springs
CITY OF .A LTA ONT:E SPRINGS
Procurement Division
225 Newburyport Avenue
Altamonte Springs, Florida 32701-3697
April 18, 2016
B Adam Bates B: 407-694-7569
American Sports Officials F:
1994 Spruce Creek Circle North E: AbatesMaUmail.com
Port Orange, FL 32128
re: NOTICE OF CONTRACT REASSIGNMENT
CONTRACT NO. AB12038A1
SPORTS OFFICIATING SERVICES — AR (BASE BID B)
Dear Mr. Bates,
The City finalized the contract reassignment. The City will only mail to you an original of the signed contract
without attachments. To be eco -friendly, Procurement uploads documents to the City's Contract Management site
where you can view and download the documents associated with this contract. The link to the Contract
Management site is:
haps://www.myvendorlink.com/ciiyofaltamontesl2rings/searchcontracts.aspx
Hint: search contract by above contract # in the contract number field
The City's Project Manager assigned to this project is Jodie Sluss (Bus: 407-571-8742) you should contact her for
all issues related to filling orders/performance of services. The Procurement Division (407/571-8077) handles all
Contract Management issues (renewals, amendments, etc.).
It is important that you reference the Purchase Order on all invoices. This will help in making sure the proper
department receives the invoice, thus avoiding delays in issuance of the check.
On behalf of the City, thank you for your interest in this project.
Sincerely,
J'3atc&mac Xi6 etc
Barbara Kiser
Procurement Manager
cc: Solicitation File
J Sluss, LS
Contract File (AB 12038A1)
A�
Altamonte' �,SprIngs
CONTRACT AMENDMENT NO.2
FOR CONTRACT AB 1203 SA
Sports Officiating Services — Annual Requirements
The Agreement, made and entered into the 1 st day of October 2012, by and between the City of
Altamonte Springs (CITY) and Greater Orlando Sports Officials (Contractor) is amended as
follows:
The below amendment(s) shall be effective when all parties have signed this Amendment.
0 Reassign contract from Greater Orlando Sports Officials to American Sports
Officials. Contract AB12038A1 will replace contract AB12038A
All other terms and conditions as stated on the original Agreement (AB12038A) (see attached) or
as amended on previous Amendments remain the same.
IN WITNESS WHEREOF, by affixing their name below all parties agree to and acknowledge all
aspects of this Amendment as stated:
CITY
CITY OF ALTAMONTE SPRINGS, FL
l
Signature (of person authorized to sign)
ppcwe 4
Print/Type Name/Title
/-/ • 1 r. 'Zo I C'
Date
CONTRACTOR
AMERICA:N SPORTS OFFICIALS
V' )C'ja-
Signature (of person authorized to sign)
B Adam Bates
Print/Type Name/Title
4/15/2016
Date
01/24/2018 14:21 3862557896 NTCO HMC PAGE 01101
CITY OF ALTAMONTE SPRINGS
Pmaurement Division
725 NEWBURYPORT AVENUE
ALTAMONTE SPRINGS, FLORIDA 32701-3697
FAXIEMAIL TRANSMISSION COVER SHEET
CONTRACT RENEWAL FORM
=ATE: January24, 2018 I # OF PAGES INCLUDING COVER
TO: Adam Bates
FROM: Chad Elliott
American Sports Offieials
Purchasing SpeelaiW
BUS PHONE: (4p7) 694-7569
BUS PHONE: 407-571-8077
FAX PHONE;' 361- 2S".S7 -- 7 ,�
FAX PHONE: 407-671.8082
EMAIL: Abate974ftarnII . am
EMAIL: CEIGottfn?Altamonte.ara
RE: CONTRACT NO.: AB1203SA1 B10 NO.: ITB No. 12-038
BID TITLE: SPORTS OFFICIATING SERVICES —AR (BASE BID B)
COMMENTS:
The above referenced annual contract is due to expire on 03131120-1g. The City of
Altamonte Springs would like to renew this contract for an additional six-month period
beginning 4410112098 through 0913, 012098, All terms, conditions, and prices shall remain in
effect; unless the bid documents allow the contractor to make annual price adjustments.
Please sign below and return one copy (via fax or email) at your earliest convenience.
SELECT ONE: i wish to renew -4,*" I do not wish to renew
PRICE ADJUSTMENTS (if bid document allows)
YES NO
(If YES, please *ahenges 8sdng old 'Ce % increase, and new prase.)
Print NAI* & TITLE.----
SIGNATURE-
ITLE. SIGNATURE: ~� MATE:....
Email Addressere anave� ,-
Alta mnonte'' Springs
CONTRACT AMENDMENT NO
FOR CONTRACT AB12038A1
Sports Officiating Services - Annual Requirements
The Agreement, made and entered into the 1 st day of October 2012, by and between the City of
Altamonte Springs (CITY) and American Sports Officials (Contractor) is amended as follows:
The below amendment(s) shall be effective when all parties have signed this Amendment.
BASE BID B: BASEBALL UMPIRES
Babe Ruth League Qualified
Item #UOM
Description
Old Unit Price
New Unit
Price
7 Rookie 8U Division Umpire
7.1 /um ire
Um ire cost per game
$35.00
$37.00
7.2 p/game
I Booking fee per game
$5.00
$6.00
8 Minor 10U Division Umpire
8.1/um ire
Um ire cost per game
$45.00
$47.00
8.2 p/game
Booking fee per game
$5.00
$6.00
9 Major 12U Division Umpire
9.1 /um ire
Umpire cost per game
$40.00
$42.00
9.2 p/game
Booking fee per game
$5.00
$6.00
1.0 Babe Ruth 15U Division Umpire
10.1 /um ire
Umpire cost per game
$45.00
$47.00
10.2 p/game
Booking fee per game
$5.00
$6.00
BASE BIDS G: YOUTH SOFTBALL LEAGUE UMPIRES
Babe Ruth Lea ue Certified
Item #I
Description Description
Old Unit Price
New Unit
Price
30 8U Division. Umpire
30.1 pumpire
Each Umpire cost per game
$45.00
$47.00
30.2 p/ ame
Booking fee per game
$5.00
$6.00
31 IOU Division Umpire
ire
Each Umpire cost per game
$45.00
$47.00
1/um
p/game I
Booking fee per game
$5.00
$6.00
32 1.2U Division Umpire
32.1 /um ire
Each Umpire cost per game
$45.00
$47.00
32.2 p/game I
Booking fee per game
$5.00
$6.00
33 14U Division Umpire
33.1 /um ire
Each Umpire cost per game
$45.00
$47.00
33.2 p/game
okin fee per game
$5.00
$6.00
34 16U Division Umpire
34.1 /um ire I
Each. Umpire cost per game
$55.00
$57.00
34.2 p/ game
Bookin fee per game
$5.00
$6.00
Altamonte" Springs
35
18U Division Umpire
35.1
/um ire Each Umpire cost per game
$55.00
$57.00
35.2
p/game Booking fee per game
$5.00
$6.00
38
/um ire Any 12 and under softball with two (2) umpires
$40.00
$42.00
39
/um ire Any 13 and up softball with one (1) umpire
$50.00
$52.00
All other terms and conditions as stated on the original Agreement (AB 12038A1) or as amended
on previous Amendments remain the same.
IN WITNESS WHEREOF, by affixing their name below all parties agree to and acknowledge all
aspects of this Amendment as stated:
CITY CONTRACTOR
CITY OF ALTAMONTE SPRINGS, FL AMERICAN SPORTS OFFICIALS
Signature (of person authorized to sign)
Print/Type Name/Title
Date
Signature (of person authorized to sign)
John Lavin ASO, Inc. Vice President
Print/Type Name/Title
09/08/16
Date
a
FOR
CONTRACT , .:
7
Base Bid B: Baseball Umpires
THIS CONTRACT, made this 1" day October of, 2012, by and between the CITY OF
ALTAMONTE SPRINGS, a municipal corporation existing under the laws of the State of
Florida, hereinafter referred to as the "CITY" and GREATER ORLANDO SPORTS
OFFICIALS, hereinafter referred to as the "CONTRACTOR", for the term specified herein, with
the City having the option of extending this Contract for another period of time, upon a mutual
Contract of the parties, agree as follows:
WITNESSETH:
I. SCOPE
The Contractor is to perform the Work as defined in the Invitation to Bid and
amendments, if any, the Invitation to Bid and any amendments thereto being attached
hereto as Exhibit "A", incorporated by reference herein and made a part thereof as fully
as if herein set forth. Unless otherwise specified herein, the Contractor is to fimiish all
materials, tools, equipment, manpower, and consumables to complete the Work.
II. TERM OF CONTRACT
The period of this Contract shall be for twelve (12) months, beginning on the above
contract date. This Contract, by mutual written assent of the parties, may be extended for
four (4) additional twelve (12) month periods or portions thereof, up to a cumulative total
of sixty (60) months.
III. COMPENSATION
The Contractor agrees to provide the services, equipment and materials as specified in its
bid to the City at the cost specified in said bid and amendments, if any, the bid and any
amendments thereto being attached hereto as Exhibit "B", incorporated by reference
herein and made a part hereof as fully as if herein set forth.
The amount as specified in Exhibit "B", may be increased or decreased by the City under
the Extra Work provision of this Contract, through the issuance of an Addendum, if
applicable.
Any prices specified in this Contract or Addendum thereto, will remain firm for the term
of this Contract or Addendum.
IV. PAYMENT
C-1
All invoices received by the City are payable within thirty (30) days from receipt,
provided they have first been approved by the using department, and such department has
accepted the Work. The City reserves the right, with justification, to partially pay any
invoice submitted by the Contractor when requested to do so by the using department.
All invoices shall be directed to the Requesting Department (as indicated on the City's
Purchase Order), City of Altamonte Springs, 225 Newburyport Avenue, Altamonte
Springs, Florida, 32701-3697.
NOTE: ALL INVOICES MUST CLEARLY INDICATE THE CITY PURCHASE
ORDER AND CONTRACT NUMBER AS STATED HEREIN.
V. GENERAL CONDITIONS
A. Patents and Copyrights
The Contractor shall pay all royalties and assume all costs arising from the use of any
invention, design, process, materials, equipment, product, or device in performance of
the Work, which is the subject of patent rights or copyrights. Contractor shall, at its
own expense, hold harmless and defend the City against any claim, suit, or
proceeding brought against the City, which is based upon a claim, whether rightful, or
otherwise, that the Work, or any part thereof, furnished under this Contract,
constitutes an infringement of any patent or copyright of the United States. The
Contractor shall pay all damages and costs awarded against the City.
B. ,Fiscal Year Fundine Appropriations
1.) Specified'Period
Unless otherwise provided by law, a contract for supplies or services may be
entered into for any period of time deemed to be in the best interest of the City,
provided the term of the contract and conditions of renewal or extension, if any,
are included in the solicitation and funds are available for the period at the time
of contract. Payment and performance obligations for succeeding fiscal periods
shall be subject to appropriation by City Commission of funds therefore.
2.) Cancellation Due to Unavailability of Funds in Succeeding Fiscal Periods
When funds are not appropriated or otherwise made available to support
continuation of performance in a subsequent fiscal period, the contract shall be
canceled and the contractor shall be entitled to reimbursement for the reasonable
value of any nonrecurring cost incurred but not advertised in the price of the
supplies or services delivered under the contract or otherwise recoverable.
C. Termination for Default
The performance of Work under this Contract may be terminated by the Procurement
Manager, in whole or in part, in writing, whenever the City has determine that the
Contractor has failed to meet the performance requirements of this Contract.
HE
The Procurement Manager has a right to terminate for default if the Contractor fails to
make delivery of the supplies or perform the Work, or if the Contractor fails to
perform the Work within the time specified in the Contract, or if the Contractor fails
to perform any other provisions of the Contract.
Failure of a Contractor to deliver or perform the required Work within the time
specified, or within a reasonable time as determined by the Procurement Manager or
failure to make replacements of rejected articles or Work when so requested,
immediately or as directed by the Procurement Manager, shall constitute authority for
the Procurement Manager to purchase in the open market articles or Work of
comparable grade to replace the articles or Work rejected, not delivered, nor
completed. On all such purchases, the Contractor or his surety shall reimburse the
City, within a reasonable time specified by the Procurement Manager, for any
expense incurred in excess of the Contract prices.
Such purchases shall be deducted from Contract quantities. Should public necessity
demand it, the City reserves the right to utilize services or use and/or consume articles
delivered which are substandard in quality, subject to an adjustment in price to be
determined by the Procurement Manager. The Contractor shall not be liable for any
excess costs if acceptable evidence has been submitted to the Procurement Manager
that failure to perform the Work was due to causes beyond the control and without the
fault or negligence of the Contractor.
D. Termination for Convenience
The Procurement Manager may terminate, in whole or part, this Contract at its
convenience with advance written notice to the Contractor.
In the event of such a termination by the City, the City shall be liable for the payment
of all Work properly performed prior to the effective date of termination and for all
portions of materials, supplies, services, and facility orders which cannot be cancelled
and were placed prior to the effective date of termination and other reasonable costs
associated with the termination.
E. Warranty
The Contractor warrants that the Work including equipment and materials provided
shall conform to professional standards of care and practice in effect at the time the
Work is performed, be of the highest quality, and be free from all faults, defects or
errors. Whenever required by the specifications of the Invitation to Bid, the
Contractor warrants that all equipment and materials provided shall be new. If the
Contractor is notified in writing of a fault, deficiency or error in the Work provided
within one (1) year from completion of the Work, the Contractor shall, at the City's
option, either reperform such portions of the Work to correct such fault, defect or
error, at no additional cost to the City, or refund to the City, the charge paid by the
City, which is attributable to such portions of the faulty, defective or erroneous Work,
including the costs for reperformance of the work provided by other Contractors.
C-3
F. Time of Completion
The parties understand and agree that time is of the essence in the performance of this
Contract.
The Contractor or City, respectively, shall not be liable for any loss or damage,
resulting from any delay or failure to perform its contractual obligations within the
time specified, due to acts of God, actions or regulations by any governmental entity
or representative, strikes or other labor trouble, fire, embargoes, or other
transportation delays, damage to or destruction in whole or in part, of equipment or
manufacturing plant, lack of or ability to obtain raw materials, labor, fuel or supplies
for any reason including default of suppliers, or any other causes, contingencies or
circumstances not subject to the Contractor's or City's control, respectively, whether
of a similar or dissimilar nature, which prevent or hinder the performance of the
Contractor's or City's contractual obligations, respectively. Any such causes of delay,
even though existing on the date of the Contract or on the date of the start of Work,
shall extend the time of the Contractor's or City's performance respectively, by the
length of the delays occasioned thereby, including delays reasonably incident to the
resumption of normal Work schedules.
However, under such circumstances as described herein, the City Procurement
Manager may at his discretion, cancel this Contract for the convenience of the City.
G. Indemnification and Insurance:
l.) Indemnity
The Contractor hereby agrees to indemnify and hold harmless the City, its
officers, agents, and employees, from and against any and all liability, claims,
damages, demands, expenses, fees, fines, penalties, suits, proceedings, actions,
and cost of actions, including attorneys' fees for trial and on appeal, and for the
preparation of same arising out of the Contractor's, its officers', agents', and
employees' acts, or omissions associated with this Contract.
2.) Insurance
The Contractor, at its own expense, shall keep in force and at all times maintain
during the term of this Contract the insurance coverage and limits established in
the Bid Document.
H. Acceptance
The City will be deemed to have accepted the Work after the City's Project Manager
has issued a written statement the Work is satisfactorily completed and the City has
accepted and issued final payment for the completed Work.
The Work under this Contract shall remain the property of the Contractor until the
City accepts it. In the event the Work furnished under this Contract is found to be
defective or does not conform to the specifications, the City reserves the right to
cancel the Contract upon written notice to the Contractor.
C -a
I. Correction of Work
The Contractor shall promptly correct all Work rejected by the City as faulty,
defective, or failing to conform to this Contract whether observed before or after
substantial completion of the Work, and whether or not fabricated, installed or
completed. The Contractor shall bear all costs of correcting such rejected Work.
J. Riljht to Audit Records
The City shall be entitled to audit the books and records of the Contractor or any sub-
contractor to the extent that such books and records relate to the performance of this
Contract or any sub -contract to this Contract. The Contractor shall maintain such
books and records for a period of three (3) years from the date of final payment under
this Contract and by the sub -contractor for a period of three (3) years from the date of
final payment under the sub -contract unless a shorter period is otherwise authorized
in writing.
K. Time is of the Essence
The parties agree that time is of the essence in the completion of the Work called for
under this Contract.
The Contractor agrees that all Work shall be prosecuted regularly, diligently, and
uninterrupted at such a rate of progress as will ensure full completion thereof within
the time specified.
L. Information
All information, data, designs, plans, drawings, and specifications furnished to or
developed for the City by the Contractor or its employees, pursuant to this Contract,
shall be the sole property of the City and all rights therein are reserved by the City,
except that the Contractor may disclose any such information to its corporate
affiliates and their agents.
M. Safety Measures
The Contractor shall take all necessary precautions for the safety of the City's and
Contractor's employees and the general public and shall erect and properly maintain
at all times all necessary vehicular and facility safeguards for the protection of the
Workmen and public. If necessary, the Contractor shall post signs warning against
hazards in and around the Work site.
N. Extra Work
The City, without invalidating this Contract, may order changes in the Work within
the general scope of this Contract consisting of additions, deletions, or other
revisions, the Contract price and time being adjusted accordingly. All such changes
in the Work shall be authorized by a written Addendum to this Contract, and shall be
executed under the applicable conditions of the Contract. If the Contractor plans to
make a claim for an increase in the Contract price or an extension in the Contract
Schedule/Term, he shall fust give the City written notice thereof; such notice shall be
C-5
given within ten (10) calendar days after the occurrence of the event -giving rise to
such a claim.
The Contractor shall give this written notice to the City, and a written approval
secured from the Procurement Manager, before proceeding to execute the Work,
except in an emergency endangering life or property, in which case the Contractor
shall immediately proceed.
No claim for extra work will be considered valid by the City unless first submitted in
writing.
O. Familiarity With The Work
The Contractor by executing this Contract acknowledges full understanding of the
extent and character of the Work required and the conditions surrounding the
performance thereof.
The City will not be responsible for any alleged misunderstanding of the Work to be
furnished or completed, or any misunderstanding of conditions surrounding the
performance thereof. It is understood that the execution of this Contract by the
Contractor serves as his stated commitment to fulfill all the conditions referred to in
this Contract.
P. Title and Risk of Loss
The title and risk of loss to the Work shall pass from the Contractor to the City upon
the City's final acceptance of the Work.
VI. MISCELLANEOUS PROVISIONS
A. The Contractor shall not employ subcontractors without the advance written
permission of the City.
B. Assignment of this Contract shall not be made without the advance written consent of
the Procurement Manager.
C. The Contractor shall comply with all applicable federal, state, and local laws,
ordinances, rules, and regulations pertaining to the performance of Work under this
Contract.
D. No waiver, alterations, consent, or modification of any of the provisions of this
Contract shall be binding unless in writing and signed by the Procurement Manager
or his designee.
E. The Contractor is to procure all permits, licenses, and certificates, or any such
approvals of plans or specifications as may be required by federal, state and local
laws, ordinances, rules, and regulations, for the proper execution and completion of
the Work under this Contract.
F. The Contractor shall at all times, keep the Work area free from accumulation of waste
materials or rubbish caused by his operations, and promptly remove any such
materials to an approved disposal location.
C-6
G. All disputes between the parties shall be resolved in accordance with the City Codes,
Ordinances, and/or Procedures.
H. The Contractor is responsible for all damage or loss by fire, theft or otherwise, to
materials, tools, equipment, and consumables, left on City property by the Contractor.
I. This Contract is considered a non-exclusive Contract between the parties.
1. This Contract is deemed to be under and shall be governed by, and construed
according to, the laws of the State of Florida.
K. Any litigation arising out of this Contract shall be had in the Courts of Seminole
County, Florida.
L. The undersigned hereby certify that this Contract is made without prior
understanding, Contract, or connection with any corporation, firm, or person who
submitted bids for the Work covered by this Contract and is in all respects fair and
without collusion or fraud. As to Contractor, the undersigned hereby warrants and
certifies that he/she is authorized to enter into this Contract and to execute same on
behalf of the Contractor as the act of the said Contractor.
M. This Contract, including any Exhibits hereto, contains all the terms and conditions
agreed upon by the parties. No other Contracts, oral or otherwise, regarding the
subject matter of this Contract shall be deemed to exist or to bind either party hereto.
C-7
IN WITNESS WHEREOF, the parties hereto have hereunto set their hands and seals on the
date first written above.
CITY
City of Altamonte Springs
225 Newburyport Avenue
Altamonte Springs FL 32701
Attest (witness):
(Signature)
AFFIX CORPORATE SEAL Pat Bates
(Name, Written or Typed)
Mayor
' (Title, Written or Typed)
(date)
a
CONTRACTOR
Greater Orlando Sports -Officials
14850 Tallamore Loop
Winter Garden FL 34787
Attest witness):
AFFIX CORPORATE SEAL
Officer:
C-8