Loading...
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