HomeMy WebLinkAbout435885 NORTH AMERICAN BUS INDUSTRIES INC - PURCHASE ORDER - 9120161City of
Fort Collins
PURCHASE ORDER
Date: 01/09/2012
Vendor: 435885
NORTH AMERICAN BUS INDUSTRIES INC
106 NATIONAL DR
ANNISTON Alabama 36207
PO Number Page
9120161 ' of 7
This number must appear
on all invoices, packing
slips and labels.
Ship To: FLEET SERVICES - MAIN SHOP
CITY OF FORT COLLINS
835 WOOD ST
FORT COLLINS Colorado 80521
Delivery Date: 01/09/2012 Buyer: JAMES HUME
Note:
Line Description Quantity UOM Unit Price Extended
Ordered Price
1 Blanket order to 1 LOT LS
cover the cost of miscellaneous parts for fiscal
year 2012. All deliveries shall be made upon
request of City Parts department only. All deliveries
to be accompanied by an invoice or packing slip.
This purchase order is for the procurement of goods
and/or services, as needed during the current
fiscal year. Dollar amounts specified are estimates
and not a promise to purchase any minimum amount
of goods and/or services.
45,000.00
In addition to the City of Fort Collins Standard Purchase Order Terms and Conditions, the following Federal
clauses apply to this purchase order.
1. NO FEDERAL GOVERNMENT OBLIGATION TO THIRD PARTIES
(1) The Purchaser and Contractor acknowledge and agree that, notwithstanding any concurrence by the Federal
Government in or approval of the solicitation or award of the underlying contract, absent the express written
consent by the Federal Government, the Federal Government is not a party to this contract and shall not be
subject to any obligations or liabilities to the Purchaser, Contractor, or any other party (whether or not a party to
that contract) pertaining to any matter resulting from the underlying contract.
(2) The Contractor agrees to include the above clause in each subcontract financed in whole or in part with
Federal assistance provided by FTA. It is further agreed that the clause shall not be modified, except to identify
the subcontractor who will be subject to its provisions.
2. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS AND RELATED ACTS
(1) The Contractor acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986, as
amended, 31 U.S.C. § 3801 et seq . and U.S. DOT regulations, "Program Fraud Civil Remedies," 49 C.F.R.
City of Fort Collins Director of Purchasing and Risk Management
This order is not valid over $5000 unless signed by James B. O'Neill II, CPPO
City of Fort Collins Purchasing, PO BOX 580, Fort Collins, CO 80522-0580
Phone:970-221-6775 Fax:970-221-6707 Email:purchasing@fcgov.com
Invoice Address:
City of Fort Collins
Accounting Department
PO Box 580
Fort Collins, CO 80522-0580
Fort Collins
PURCHASE ORDER
PO Number I Page
9120161 2 of 7
This number must appear
on all invoices, packing
slips and labels.
Line Description Quantity UOM Unit Price Extended
Ordered Price
Part 31, apply to its actions pertaining to this Project. Upon execution of the underlying contract, the Contractor
certifies or affirms the truthfulness and accuracy of any statement it has made, it makes, it may make, or causes
to be made, pertaining to the underlying contract or the FTA assisted project for which this contract work is being
performed. In addition to other penalties that may be applicable, the Contractor further acknowledges that if it
makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification, the
Federal Government reserves the right to impose the penalties of the Program Fraud Civil Remedies Act of 1986
on the Contractor to the extent the Federal Government deems appropriate.
(2) The Contractor also acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent
claim, statement, submission, or certification to the Federal Government under a contract connected with a
project that is financed in whole or in part with Federal assistance originally awarded by FTA under the authority
of 49 U.S.C. § 5307, the Government reserves the right to impose the penalties of 18 U.S.C. § 1001 and 49
U.S.C. § 5307(n)(1) on the Contractor, to the extent the Federal Government deems appropriate.
(3) The Contractor agrees to include the above two clauses in each subcontract financed in whole or in part with
Federal assistance provided by FTA. It is further agreed that the clauses shall not be modified, except to identify
the subcontractor who will be subject to the provisions.
3. ACCESS TO RECORDS AND REPORTS
Access to Records - The following access to records requirements apply to this Contract:
A. Where the Purchaser is not a State but a local government and is the FTA Recipient or a subgrantee of the
FTA Recipient in accordance with 49 C.F.R. 18.36(i), the Contractor agrees to provide the Purchaser, the FTA
Administrator, the Comptroller General of the United States or any of their authorized representatives access to
any books, documents, papers and records of the Contractor which are directly pertinent to this contract for the
purposes of making audits, examinations, excerpts and transcriptions. Contractor also agrees, pursuant to 49
C.F.R. 633.17 to provide the FTA Administrator or his authorized representatives including any PMO Contractor
access to Contractor's records and construction sites pertaining to a major capital project, defined at 49 U.S.C.
5302(a)1, which is receiving federal financial assistance through the programs described at 49 U.S.C. 5307,
5309 or 5311.
B. The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to
copy excerpts and transcriptions as reasonably needed.
C. The Contractor agrees to maintain all books, records, accounts and reports required under this contract for a
period of not less than three years after the date of termination or expiration of this contract, except in the event
of litigation or settlement of claims arising from the performance of this contract, in which case Contractor agrees
to maintain same until the Purchaser, the FTA Administrator, the Comptroller General, or any of their duly
authorized representatives, have disposed of all such litigation, appeals, claims or exceptions related thereto.
Reference 49 CFR 18.39(i)(11).
D. FTA does not require the inclusion of these requirements in subcontracts.
4. FEDERAL CHANGES
Contractor shall at all times comply with all applicable FTA regulations, policies, procedures and directives,
including without limitation those listed directly or by reference in the Master Agreement between Purchaser and
FTA, as they may be amended or promulgated from time to time during the term of this contract. Contractors
C3. O✓l�-�s-Q�
City of Fort Collins Director of Purchasing and Risk Management
This order is not valid over $5000 unless signed by James B. O'Neill II, CPPO
City of Fort Collins Purchasing, PO BOX 580, Fort Collins, CO 80522-0580
Phone:970-221-6775 Fax:970-221-6707 Email: purchasing@fcgov.com
Invoice Address:
City of Fort Collins
Accounting Department
PO Box 580
Fort Collins, CO 80522-0580
PURCHASE ORDER PO Number Page
City Of9120161 3 of 7
Flirt Collins This number must appear
/,�_J`_' on all invoices, packing
slips and labels.
Line Description Quantity UOM Unit Price Extended
Ordered Price
failure to so comply shall constitute a material breach of this contract.
5. TERMINATION
a. Termination for Convenience The City may terminate this contract, in whole or in part, at any time by written
notice to the Contractor when it is in the Government's best interest. The Contractor shall be paid its costs,
including contract closeout costs, and profit on work performed up to the time of termination. The Contractor
shall promptly submit its termination claim to the City to be paid the Contractor. If the Contractor has any
property in its possession belonging to the City, the Contractor will account for the same, and dispose of it in the
manner the City directs.
b. Termination for Default If the Contractor does not deliver supplies in accordance with the contract delivery
schedule, or, if the contract is for services, the Contractor fails to perform in the manner called for in the contract,
or if the Contractor fails to comply with any other provisions of the contract, the City may terminate this contract
for default. Termination shall be effected by serving a notice of termination on the contractor setting forth the
manner in which the Contractor is in default. The contractor will only be paid the contract price for supplies
delivered and accepted, or services performed in accordance with the manner of performance set forth in the
contract.
If it is later determined by the City that the Contractor had an excusable reason for not performing, such as a
strike, fire, or flood, events which are not the fault of or are beyond the control of the Contractor, the City, after
setting up a new delivery of performance schedule, may allow the Contractor to continue work, or treat the
termination as a termination for convenience.
c. Opportunity to Cure The City in its sole discretion may, in the case of a termination for breach or default, allow
the Contractor 30 days in which to cure the defect. In such case, the notice of termination will state the time
period in which cure is permitted and other appropriate conditions
If Contractor fails to remedy to The City' s satisfaction the breach or default of any of the terms, covenants, or
conditions of this Contract within [ten (10) days] after receipt by Contractor of written notice from the City setting
forth the nature of said breach or default, the City shall have the right to terminate the Contract without any
further obligation to Contractor. Any such termination for default shall not in any way operate to preclude the City
from also pursuing all available remedies against Contractor and its sureties for said breach or default.
d. Waiver of Remedies for any Breach In the event that the City elects to waive its remedies for any breach by
Contractor of any covenant, term or condition of this Contract, such waiver by the City shall not limit the City's
remedies for any succeeding breach of that or of any other term, covenant, or condition of this Contract.
6. CIVIL RIGHTS REQUIREMENTS
Civil Rights - The following requirements apply to the underlying contract:
(1) Nondiscrimination - In accordance with Title VI of the Civil Rights Act, as amended, 42 U.S.C. § 2000d,
section 303 of the Age Discrimination Act of 1975, as amended, 42 U.S.C. § 6102, section 202 of the Americans
with Disabilities Act of 1990, 42 U.S.C. § 12132, and Federal transit law at 49 U.S.C. § 5332, the Contractor
agrees that it will not discriminate against any employee or applicant for employment because of race, color,
creed, national origin, sex, age, or disability. In addition, the Contractor agrees to comply with applicable Federal
implementing regulations and other implementing requirements FTA may issue.
t3. O✓la:sQ J�
City of Fort Collins Director of Purchasing and Risk Management
This order is not valid over $5000 unless signed by James B. O'Neill ll, CPPO
City of Fort Collins Purchasing, PO BOX 580, Fort Collins, CO 80522-0580
Phone:970-221-6775 Fax:970-221-6707 Email:purchasing@fcgov.com
Invoice Address:
City of Fort Collins
Accounting Department
PO Box 580
Fort Collins, CO 80522-0580
PURCHASE ORDER PO Number Page
City OflinJ ` 9120161 a of 7
r} COIes+
This number must appear
F6
�—,J`-' ` on all invoices, packing
slips and labels.
Line Description Quantity UOM Unit Price Extended
Ordered Price
(2) Equal Employment Opportunity - The following equal employment opportunity requirements apply to the
underlying contract:
(a) Race, Color, Creed, National Origin, Sex - In accordance with Title VII of the Civil Rights Act, as amended,
42 U.S.C. § 2000e, and Federal transit laws at 49 U.S.C. § 5332, the Contractor agrees to comply with all
applicable equal employment opportunity requirements of U.S. Department of Labor (U.S. DOL) regulations,
"Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor," 41
C.F.R. Parts 60 et seq ., (which implement Executive Order No. 11246, "Equal Employment Opportunity," as
amended by Executive Order No. 11375, "Amending Executive Order 11246 Relating to Equal Employment
Opportunity;' 42 U.S.C. § 2000e note), and with any applicable Federal statutes, executive orders, regulations,
and Federal policies that may in the future affect construction activities undertaken in the course of the Project.
The Contractor agrees to take affirmative action to ensure that applicants are employed, and that employees are
treated during employment, without regard to their race, color, creed, national origin, sex, or age. Such action
shall include, but not be limited to, the following: employment, upgrading, demotion or transfer, recruitment or
recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for
training, including apprenticeship. In addition, the Contractor agrees to comply with any implementing
requirements FTA may issue.
(b) Age - In accordance with section 4 of the Age Discrimination in Employment Act of 1967, as amended, 29
U.S.C. § § 623 and Federal transit law at 49 U.S.C. § 5332, the Contractor agrees to refrain from discrimination
against present and prospective employees for reason of age. In addition, the Contractor agrees to comply with
any implementing requirements FTA may issue.
(c) Disabilities - In accordance with section 102 of the Americans with Disabilities Act, as amended, 42 U.S.C. §
12112, the Contractor agrees that it will comply with the requirements of U.S. Equal Employment Opportunity
Commission, "Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities
Act," 29 C.F.R. Part 1630, pertaining to employment of persons with disabilities. In addition, the Contractor
agrees to comply with any implementing requirements FTA may issue.
(3) The Contractor also agrees to include these requirements in each subcontract financed in whole or in part
with Federal assistance provided by FTA, modified only if necessary to identify the affected parties.
7. DISADVANTAGED BUSINESS ENTERPRISE (DBE)
a. This contract is subject to the requirements of Title 49, Code of Federal Regulations, Part 26, Participation
by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs. The
national goal for participation of Disadvantaged Business Enterprises (DBE) is 10%. The agency's overall goal
for DBE participation is 9.9 %. A separate contract goal [has not] been established for this procurement.
b. The contractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of
this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and
administration of this DOT -assisted contract. Failure by the contractor to carry out these requirements is a
material breach of this contract, which may result in the termination of this contract or such other remedy as City
of Fort Collins deems appropriate. Each subcontract the contractor signs with a subcontractor must include the
assurance in this paragraph ( see 49 CFR 26.13(b)).
The successful bidder/offeror will be required to report its DBE participation obtained through race -neutral means
throughout the period of performance.
Invoice Address:
City of Fort Collins Director of Purchasing and Risk Management
This order is not valid over $5000 unless signed by James B. O'Neill II, CPPO City of Fort Collins
City of Fort Collins Purchasing, PO BOX 580, Fort Collins, CO 80522-0580 Accounting Department
Phone:970-221-6775 Fax: 970-221-6707 Email:purchasing@fcgov.com PO Box 580
Fort Collins, CO 80522-0580
PURCHASE ORDER PO Number Page
City Of 9120161 s of 7
`t Collins
I n �+ This number must appear
V " �7 on all invoices, packing
slips and labels.
Line Description Quantity UOM Unit Price Extended
Ordered Price
c. The contractor is required to pay its subcontractors performing work related to this contract for satisfactory
performance of that work no later than 30 days after the contractor' s receipt of payment for that work from the
City of Fort Collins . In addition, is required to return any retainage payments to those subcontractors within 30
days after incremental acceptance of the subcontractor s work by the City of Fort Collins and contractor' s receipt
of the partial retainage payment related to the subcontractor's work.
d. The contractor must promptly notify City of Fort Collins whenever a DBE subcontractor performing work
related to this contract is terminated or fails to complete its work, and must make good faith efforts to engage
another DBE subcontractor to perform at least the same amount of work. The contractor may not terminate any
DBE subcontractor and perform that work through its own forces or those of an affiliate without prior written
consent of City of Fort Collins.
8. INCORPORATION OF FEDERAL TRANSIT ADMINISTRATION (FTA) TERMS
The preceding provisions include, in part, certain Standard Terms and Conditions required by DOT-, whether or
not expressly set forth in the preceding contract provisions. All contractual provisions required by DOT, as set
forth in FTA Circular 4220.1 F, are hereby incorporated by reference. Anything to the contrary herein
notwithstanding, all FTA mandated terms shall be deemed to control in the event of a conflict with other
provisions contained in this Agreement. The Contractor shall not perform any act, fail to perform any act, or
refuse to comply with any City of Fort Collins requests which would cause the City of Fort Collins to be in violation
of the FTA terms and conditions.
9. GOVERNMENT -WIDE DEBARMENT AND SUSPENSION (NONPROCUREMENT)
This contract is a covered transaction for purposes of 49 CFR Part 29. As such, the contractor is required to
verify that none of the contractor, its principals, as defined at 49 CFR 29.995, or affiliates, as defined at 49 CFR
29.905, are excluded or disqualified as defined at 49 CFR 29.940 and 29.945.
The contractor is required to comply with 49 CFR 29, Subpart C and must include the requirement to comply
with 49 CFR 29, Subpart C in any lower tier covered transaction it enters into.
By accepting this purchase order, the vendor or contractor certifies as follows
The certification in this clause is a material representation of fact relied upon by the City of Fort Collins. If it is
later determined that the bidder or proposer knowingly rendered an erroneous certification, in addition to
remedies available to the City of Fort Collins, the Federal Government may pursue available remedies, including
but not limited to suspension and/or debarment. The bidder or proposer agrees to comply with the requirements
of 49 CFR 29, Subpart C while this offer is valid and throughout the period of any contract that may arise from
this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier
covered transactions.
10. ENERGY CONSERVATION REQUIREMENTS
Energy Conservation - The contractor agrees to comply with mandatory standards and policies relating to
energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy
Policy and Conservation Act.
U
City of Fort Collins Director of Purchasing and Risk Management
This order is not valid over $5000 unless signed by James B. O'Neill II, CPPO
City of Fort Collins Purchasing, PO BOX 580, Fort Collins, CO 80522-0580
Phone:970-221-6775 Fax:970-221-6707 Email:purchasing@fcgov.com
Invoice Address:
City of Fort Collins
Accounting Department
PO Box 580
Fort Collins, CO 80522-0580
PURCHASE ORDER PO Number Page
C117/ Of9120161 6 of 7
C6rt CThis number must appear
,/_^,'`t—,J`_' ` CollinsJ on all invoices, packing
slips and labels.
Line Description Quantity UOM Unit Price Extended
Ordered Price
City of Fort Collins Director of Purchasing and Risk Management
This order is not valid over $5000 unless signed by James B. O'Neill II, CPPO
City of Fort Collins Purchasing, PO BOX 580, Fort Collins, CO 80522-0580
Phone:970-221-6775 Fax:970-221-6707 Email:purchasing@fcgov.com
Total $45,000.00
Invoice Address:
City of Fort Collins
Accounting Department
PO Box 580
Fort Collins, CO 80522-0580
Purchase Order Terns and Conditions
Page 7 of 7
I. COMMERCIAL DETAILS.ni exemption,,By statute tie City of FnlCll a,, To slid local n,ce. Oun 1. p, Number II NONWAI VPIt
. .
98 0450 Federal la I E case x E.emin lit C n 1 r f Registry try gel 600055) 1, S w fed d, ,he Cullalor of Fu lu f the Y h wr to 1,,n clarat strict perfamlan a of the tours and condgiuns hereof, Failure or delay, at
interest Revenue. Denver Colorado (Ref Colorado Revised Su mu 1973. Chapter 39 _6, 114 (a). cneis, any fifth. of a edes Pmvtried here. or by law, failure o painful, nobly the Seller if the extent of a
breach, the acceptance efur p.ymenf for goads hereunder or approval of the J.ign, shall not roleme the Scllor of
Guuds R,v,md GWDS REJEM ED due 1. foil. t spevow,a om, either when shipped., due to defects of ally of the warmnta, or ob6gannow of this Purchase order cad shall cal be Jecaned a waiver ofany ngin of the
damage it nun..t, may be returned err you for credit slid are not it, be replaced except upon receipt of wrinen purcl uc r to insist upma.nin performance heeoforany ofisrlghts.t remedies as to any such goods, regardless
ern stweli.ns fmnl the City of Fort Collins. of when shipped, real Led or weeph as to any poorsubsequent default hereunder, nor Shull any ptnal
nt am] ot ifenam or rseisocan of this purchase ordcrbyr the Purchaser.pcmu, as a waive, of aay of,hu wort,
Impcuon. GOODS art subject to the City ofF.n Collins inspection an amvul. hereof.
Final Aceeptauce. Receipt of the nmmolohm, sn r egaipmen, in restmns, t. Nis order conwolf in I3.ASSIGNMENTOP AN'ffl'NUSI' CLAIMS.
authorized payment on the pan of the City of Fun Collins. Howc;er, it is to be understood nor r FINAL Seller and IM1c Purchaser ecogNu Ill., in actual economic practice, o ereharbs resulting fmm antilmst
ACCEPTANCE is dependnit upon completion ofull aWlicablc required inspcion prolimm, twinimns — in fan bonze by the Purchaser. Thlrxwfem' Ion good cause and us consideration fur escming this
purchase order. the Seller humbly' b the Poncharl, an, it II via s it Lucy no, hall or hsatnr
Frubh, I-ii, Shipment, unit, be F O.IL, City of Fort Colin., ]W Wood Sr. Pon Collins. CO 80522 unless acquired under Dural or state an anal low' far ordi claim' m the p rfular bead, or urv:u
otherwise sieei,iod.n this of Irpurni-ma is Given w prepay l migh, and den6c.,crmcb. IM1c ori,urrl l'wilht purchased or squired by tire l'urchisrr pursuant o this purchase order.
bill most occumpmy iavmen. Additional dtarges for pocking will ma be ucccpmd.
13, PU RCHASERS PERFORMANCE OF SELLERS OBLIGATIONS.
Shipment Disunm, Where .uFanurcrs have donoming pain taus Pauof ghee orate}, shipme il'the Purchase, direeu he faller to tronan numamfnmhing or dcfthivcgwds by a time to be agreed upon by, he
expected fond the nearest disvi emian ,am,ran deni lit mh, and execs. freigh, will be deductedtrainInvoice when Purchaser and the Seller, slid the Seller therolhr indicates it, inability a ones Bongoes, to comply, the Purchaser
shipments are cud, Germ'Toner dinann�nay .a,, It, work 1. be Ferfemnd by the most expeditious unions available to It, cal the Seller a611 Pay all
Period, SeLlef shall P—am or sellers wle on .11 ne ssary flints, <,nifioas cad Homes required by all
applicable laws, feguimioo...fdirances mal rules of the stare, notnicipa0ry, temmry or politiol auWivieion where
We suk is pnfomnd, or required by any other duly constituted public authority havingjurisdinion over the work
el'vendor. Seller funhcr agrees to hold thn City of Iad Collins ha clan. from and against all liability and less
incurred by them by rayon of an averted or established violation crony such laws, modmims, onfroadI ones
and uSpiremems.
Amhori,man u. All Pun o (In, contract agree that the representatives are, in Nu, Dann tide and possess full mud
rrnnpinc uair ly 1. hind said punics.
LIMITATION OF TERMS. This Purchase Order expressly limit, acceptance to the ems and nonillion stated
hersti. an font and any supplementary ornMo.-[gem. and condilioas annexed herctc, or incom.road herein by
reference. Any adi itinnal or dificout tern. and conditions p.,,d by seller are objcc,cd to and h... by njened.
2. DELIVERY.
PLEASE ADVISE PURCHASING AGENT immedianely if you carmen make complete shipment to arrive on your
Pmuua,ddchvvtyd=crnnodcd.Tinqv softhery cessene.Delisand performance
in, becp1,,I,d within detime
stated on the purchase order and the dwument, attached hereto. No acm of Ilia Purchaser including, without
If rtfoa a,h:m ec m"Inal lure delr doll o,roduo. onus ......... u In the e'un of: ,,delay.
Ne Puubson,Lulluo loJdilioutootlter legal and equitable marches, the option ofplacing this order cls.ahem
anal holding ,he Sell,, liable tin damages. H.—ca. the Seller shall no, be liable for damages as a mull of Jehys
due to causes nut resssowbly I'ansout which arc beyond its reasonable eonvol and without its fault of n ,li'lio,
such oursofGaJ.oeuof,ild err military imhoalic, la,,nannuil priorities lire takes. Food, a Ado
'fill provided the, mice.11In, <coplio,l, camiag such delay is olln o the I'melmwr within live (5) days of the
time when the Shcef tint r... m J krm,led'e thcrc.f. In the event of any such delay, the Jute of delivery shall IN,
eManded fur the Period .at or the lime onually last by reason of,be delay.
3. WARRANTY.
"The .Seller waormts Char all cards, antics, nunrunis and work covered by this order will conform with applicable
drawings, sp hiicatioa., suttmles anchor other descriptions green, will be ]if far ,he purposes Inemod, and
pfomud with the highest degree of cam unit competed ordance with accepted nations for work of a
mile, daw. The Seller ag¢a held he porch an competence
,em It
aly lose dunmge or expense which the
Pnin
nay.uffcr or incur on account ofthe Sellers breach of svarmdy. The S¢Her shall c,lart, repair or rake
good,.siNout cost to the pulatim, any detects or faults at within one (1) year or
within such Ironer period of
lime as may be prescribed by law or by the tams ofany applicable ..,a., prnouRdby the Seller after he date of
eeepunn of the gavels furnished hereunder (acceptance not to be calwasumbly delayed), resulting from imps( n
or defective work done or mmnia, furnished by the Seller. Acceptance, o, use of goods by the P.mhu., shall n
constitutea wait,,Many 'I'iuh under Ois wit rruty. hxecp as oduw,, ,.,,dcdt tie pmehaee urdef, Ile SdIons
liability her under shall c end to all Jwnuges promuscly caused by the breach of any f,he f.reg.ing evammirs
or gu mmcc., but such Liability shall in no seam include loss of polis or loss of uml. NO IMPLIED WARRANTY
OR MERCHAN (ABILITY OR OF FITNESS FOR PURPOSE SHALL APPLY.
4. CHANGES IN LEGAL I EItMS.
'fhc PomM1awr If make cIran,. to legal erns by Isrule. change order.
5. CHANGES IN COMMERCIAL TERMS.
'fhc Purchase nay make any changes o the mmrs,.,he, Ihan legal emu, including additions to or ddeions loam
If, quun"Ife, originally solicit it, the L,oaa iemimu ur m—rgs by verbal . venum. change order. If ony such
change laRcs the amount due or the time nf,rfnr uni hemidd a, .I, equitable adjmunenf sack to made.
6. TERMINATIONS.
"fhv Purchase may at say tine by sermon change older, terminate this agreement it, to any or all punoul, of the
goods then not shipped, .object any equitable uhmanicat between the panics as in a by work or materials then ill
progress provided that the Purchaser shall net be liable for any claim, for mnicifered Profits on the uncompleted
prim, of the orals wd'or —I, fur no ideal or consequentul damages, ail that m such adlmancm be made in
favor, of the Seller with mspemt to any gads which art the Sellers standard stock. No such mmaimu n shall riicve
the Pmchs— it the S1111 of on, ,, ucir ablig:niom u.,n uny n^.Sa d thered hereunder.
7. CLAIMS FOR ADIUS I MEN I'.
Any claim for adjmudent must but, asserted within thirty (30) Jays fmm the date the lunge or temlitution is
urdacd.
8. COMPLIANCE WITH LAW.
IM1c Seller warrants that all good, wld hereunder shall have been Pru hood, cold Jdlmoed and Nonsked in win
.mplian c with all applicable laps call regulations tu which the grinds ate subjoin. The Seller skull ex .,,all uad
deliver such decommns a, nay be nquir i of affect or evidence compliance. All laws and regulations required to be
.panted i„ al,rounuous of this character ore hereby incerjusmed lacteal by this reference, Ibe Shcn agrees to
indemnify and hold the Purehuscr M1urmless' from all costs and damages suffered by [[to Puehmer as a result of the
Salle. failure to coolly with such law.
9. ASSIGNMENT.
Neid,, party shall ussign, unainh n or convey Ibis order or ally monies due or to bomuv due bmcundcr without tlm
prior is four consent ofthe other pmry.
10. TITLE.
The Seller warrant, full, clear and unr ricmd[iliatothe Purchaserforall equipment,menials, andunions furnished
n Shfunnaromof Nis agree t fuse and clear of any .,it all lino, or.finical , c,,noli...x. security in tares[
uumnbm.e<s and divas .1.,hns.
TM1e Seller lull release We Pomace, and if, contractors of any liar from all liability and claims of any namrc
exulting from the performance ofsuch work.
This release shall apply even in Be even of fault of negligence of the pony nieacd and shall extend tu the
directors, opine. cad cmpl'vc v of such party.
I Is, Seller's conunemul bit'[., air,, including aarmnty, shall not be denned to be IedueaL in any way, because
such work is performed or caused to be pertoritad by the Purchaer.
14. PATENTS.
Whenever the Seiler t, requited to use any design, device, material or process covered by Inner, patent tramenmrk
copyright the Seller shall indemnify and also humorless the Purchaser Gam any and all cluinas for Inf ingen
by ohlon of the a of such pion" design, device,unwoul or prw nation with the contract and
shall indemnify the Puohaacer for any cost, exprue or Janete which n may be obliged to pay by reason of inch
inBing,ment an any lime during the prosecution or alter the cumpletion ofthe work. In cal said equipment or
any can then efor the intended use of the gm,ds, is in such suit held to constitute infringement and the use of
said cimpnurn Is Pun is u,ijoimdL the Seller shall.. of is own expense and at its option, either prom for life
Pumla,ur the right to continue using said equipment or Franc, replace the ante with substantially equal but
nonialiingin' equipment or modify it so if becomes nouinfringing.
15. INSOLVENCY.
If The Seller Shull become ....hunt or bankrupt, make air assif9tmmnt for the benefit of eudiWn, appoint a
elloo, or twme for any of the Sellan pmp,ry or business, this order may funhwilh be canceled by the
Purhaver wilho n liability.
16_GOVERNING LAW.
TM1e definitions oferms used or IM1c inmryrmfim, of,he a,e n e., and IM1c .,his .1 all panics bv,uo.der shall be
ouvruN under and gov rnaf by the laws ofthe your of Culundo, USA.
The following AdJ'unnal Conditions apply only ill cases where ale Seller i, fit plenum our, hereunder,
h nclading ie.... fees of Sellers Rcpasenut ,c,), an Jufors, of oche.
17. SELLERS RESPONSIBILITY.
The Seller .ball u.".. Laid work a, Shcrfs on risk until no sane is fully cmnpleted and.¢cp,J, and shall.
in caw of any accident deninartion or injur,. the work ardor ou,nal. before 311ce, final completion , d
cpa hoe omi, lne he work at Sellers mvh expense
aid to theal Jla.fof of the Purchaser. When materials
and equipment arc form' hard! by ill. ter ihsmllmi.nof auction by [he Seller, the Seller shill court, unload
smfe and handle lime a, the sere and M'unm resporoible fhenner . damps such hmramis an&., gtipnenl
,see being fgromb,d by the Seller under thv order.
H_INSURANCE
The Sup,, shall, of his own,xpvnse, p unde for the paynmat of workers compensation, including onupmiorul
disevw, h tilts, to its employees emalkel on or in connection with the wed covered by this purchase outer.
anchor to their depricents in accordance with the Laws of the state in which the work , to be done The Seller
shall also carry com,ruch-owe gnacml li.nibly including, but not formal to, comrtctual and.umnn.bile public
liability nwirs o with bWily injury and Jeub limits of at (cast $300,000 for any one perm r. $500.000 for any
one accident and propertry damage limit per accident of S100,000. The Seller shall hkewir require his
...pacfun, if uny, m provide In, such compensation and inamose. Before any, of thc Sella, or his commanun
mnployees. shall du any wad upon me premises of.lha,, the Seller shall furnish the Purchaser with a cenificate
that such comi,asisalion and'insurance have b p dd.Such moillermshit I,I the elf ].such
couninvowationandm have been provided.Such cen'bwtesshall specify the Jar when such compensation
aug and in expiresuThe Seller rtu mvmura that such c.pnr.nW in.nemaintainedll be maintained until alter the
entire xoAis e.nincled and accepted.
19, Pins I ECl'ION A(iAINS"IACCIULN r5 AND DAMAGES,
The Seller hereby assunues the entire responsibility and liability for any and all damage, how injury ofany kind
or lea I.pa- caus or property al by or from the frothe execution at the work provided for in
,his purchase order cur in cotumcdon be . the The Seller will mdemnify.nJ held ha mil,a the Each. and any
or all .f the Purchax ooim,, .gents and cmployces lion and again any and all clime, leas damages
usages expert v whether dl... I or father, and whether to pow v w
pul to hich the Purchaser may
be put n airo nsby ma,muof any ath. anion, negla or default on ,he pan of the Seller, any of his
chan."mrs or any of the Seller lli or coupon., olagsit'no. or employe.. In ease any wit or other
pon,"iny sM1al be out .,.in. the Pumhasce.r its office,, agents or employees at any tine.[. account or
by eal of any act uvtion, n,I,,, ..Italian or deficit, ,, he Seller of any of his conwacmnr it any of in or
heir once,, agcros., unployvc smaasuid, Ill, Seller hereby vgves tow c fhc decal, thereof unasit
deleoJ the so it the Sellers own xperse, m pay any and all corps, charges,.anomays fees and other expos
any and all judgments ded may be incurred by or obtained agiums the Purchaser or any of its or their cheers,
agcros or employers in such suits or other procccUings, and in call judgment or ether lien be placed upon or
obtained again,, the Porten of 'he Purchaser, or said panics in of as u result of such suits or other proceedings
Ill, Sella will.1 fee close fhc same m be di... and and diwharged by Saving bond ur oflunow, The Seiler and
his emu ctms skull take all salty mr,aution , fmnish and install all Unit& nacmry for the prevention of
accidents, comply with all Laws and regulations with regard to surety including, but %plan l limimlloa, ,he
Oceupmional Safety and HaaltM1 All of 1970 and all cola and rob Imi.ns issued pursuant he...
Revised 0312010
2012 Blanket Purchase Order, NABI PO 9120161
The purchase order contains Federal Requirements and has been created to facilitate payment
for bus parts purchases during the year.
Orders under $3,000 will be processed according to Federal Micro -purchase guidelines.
Parts orders totaling $3,000 or more will be handled according to Federal Small Purchase
procedures. The Transfort bus fleet consists mainly of Gillig and North American Bus Industries
vehicles. Parts are generally sourced from the manufacturers and other suppliers and a
minimum of two quotes will be obtained for such orders.
Excluded Party Search, NABI
i Advancedscarch
>hlWtiple Names
>Eshit Name mxl SSNRW
>MYEPLS
>Rece,n Updates
, Brmvse M Re ... ds
>Rec usentCades
,Prot ent codes
,Her onmurement cores
E:xcl;uel'edlPartiies; Li'AG
Search Roults for Parties Excluded by
Fire, Entity, or Vessel: North American Bus Indu series'
As 610SJan-20121:27 PM EST
Save to MyEPLS
Your search returned no results.
Back New Search Printer,Friendty
,Search Helen
-Advanced Search Tips
> Puh4c User's Manuel'
>FAQ
' >Acrorryms '
>P,n sc/Oct ProNsions
,News
System for Avmrd Management
(VUA)
>Admnced Repans
> Recom Updates