Loading...
HomeMy WebLinkAbout472553 MSI TEC INC - PURCHASE ORDER - 9122438 (4)Fort Collins Date: 08/21/2012 Vendor: 472553 MSI TEC INC 8925 E NICHOLS AVE CENTENNIAL Colorado 80112 PURCHASE ORDER PO Number Page 9122438 1of7 This number must appear on all invoices, packing slips and labels. Ship To: ELECTRIC UTILITIES CITY OF FORT COLLINS 700 WOOD ST FORT COLLINS Colorado 80521 Delivery Date: 04/26/2012 Buyer: ED BONNETTE Note: Line Description Quantity UOM Unit Price Extended Ordered Price 3 Another add'I switch 8/20112 1 LOT EA Quote 114603 Attn: Janie Craven atjaniec@msitec.com Added per Paul Folger email request 8/20/12. -ecb FEDERAL REQUIREMENTS 3.989.00 To the extent applicable, the terms and conditions under federal law listed below are incorporated into this Agreement. No Obligation by the Federal Government (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 DOE. It is further agreed that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions. Federal Changes Contractor shall at all times comply with all applicable DOE regulations, policies, procedures and directives, including without limitation those listed directly or by reference in the Grant Agreement between the City of Fort Collins (the City) and DOE, as they may be amended or promulgated from time to time during the term of this contract. Contractor's failure to so comply shall constitute a material breach of this contract. 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 close-out costs, and profit on work performed up to the time of termination. The Contractor c3. ova:-Qe� 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 City of art Collins PURCHASE ORDER PO Number Page 9122438 2of7 This number must appear on all invoices, packing slips and labels. Line Description ` UMILI`y UOM Unit Price Mxienueu Ordered Price 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 10 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. Breaches and Dispute Resolution Disputes - Disputes arising in the performance of this Contract which are not resolved by agreement of the parties shall be decided in writing by the authorized representative of the City's Director of Purchasing. This decision shall be final and conclusive unless within ten (10) days from the date of receipt of its copy, the Contractor mails or otherwise furnishes a written appeal to the Director of Finance. In connection with any such appeal, the Contractor shall be afforded an opportunity to be heard and to offer evidence in support of its position. The decision of the Director of Finance shall be binding upon the Contractor and the Contractor shall abide be the decision. Performance During Dispute - Unless otherwise directed by the City, Contractor shall continue performance under this Contract while matters in dispute are being resolved. Claims for Damages - Should either party to the Contract suffer injury or damage to person or property because of any act or omission of the party or of any of his employees, agents or others for whose acts he is legally liable, a claim for damages therefore shall be made in writing to such other party within a reasonable time after the first observance of such injury of damage. 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 City of /111�vF�ort Collins PURCHASE ORDER PO Number Page 9122438 3of7 This number must appear on all invoices, packing slips and labels. Line Description Quantity UOM Unit Price Extended Ordered Price Remedies - Unless this contract provides otherwise, all claims, counterclaims, disputes and other matters in question between the City and the Contractor arising out of or relating to this agreement or its breach will be decided by arbitration if the parties mutually agree, or in a court of competent jurisdiction within the State in which the City is located. Rights and Remedies - The duties and obligations imposed by the Contract Documents and the rights and remedies available thereunder shall be in addition to and not a limitation of any duties, obligations, rights and remedies otherwise imposed or available by law. No action or failure to act by the City or Contractor shall constitute a waiver of any right or duty afforded any of them under the Contract, nor shall any such action or failure to act constitute an approval of or acquiescence in any breach thereunder, except as may be specifically agreed in writing. DOE Requirements DOE requires specific contract terms for the purpose of making audit, examination, excerpts, and transcriptions. Contractor is required to retain all required records for three years after the City makes final payments and all other pending matters are closed. Contractor shall submit all records, data, information and reports to the City required in the Agreement containing Confidential Information which Contractor does not want disclosed to the public or used by DOE or any other Governmental Authority for any purpose other than in connection with this Agreement and the Project, marked conspicuously with the following notice or with a notice or label of substantially the same effect: " Notice of Restriction on Disclosure and Use of Data The data contained in pages ----of this [designate material] have been submitted in confidence and contain trade secrets or proprietary information, and such data shall be used or disclosed only for evaluation purposes, provided that DOE shall have the right to use or disclose the data here to the extent provided in the DOE Grant Agreement. This restriction does not limit the Federal government's right to use or disclose data obtained without restriction from any source, including Contractor." Intellectual Property Contractor may copyright any work that is subject to copyright and is developed by Contractor under the Agreement. To the extent specifically permitted under applicable law, DOE reserves a royalty -free, nonexclusive and irrevocable right to reproduce, publish or otherwise use any copyrightable work developed by Contractor under this Agreement for Federal purposes and to authorize others to do so. DOE has the right to: (1) obtain, reproduce, publish or otherwise use the data first produced under this Agreement; and (2) authorize others to receive, reproduce, publish or otherwise use such data for Federal purposes. Debarment and Suspension Contractor shall comply with requirements regarding debarment and suspension in Subpart C of 2 C.F.R. parts 180 and 901. Officials Not to Benefit Contractor shall comply with the requirement that no member of Congress shall be admitted to any share or part of this Agreement, or to any benefit arising from it, in accordance with 41 U.S.C. 22. Civil Rights Requirements The following requirements apply to the underlying contract: Nondiscrimination - In accordance with Title VI of the Civil Rights Act, as amended, 42 U.S.C. § 2000d, section 303 of the Aqe Discrimination Act of 1975, as amended, 42 U.S.C. § 6102, section 202 of the Americans with �n,.-•n C3. 011�%Q C/ 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 Page 9122438 4of7 This number must appear on all invoices, packing slips and labels. Line Description Quantity UOM Unit Price Extended Ordered Price 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 DOE may issue. 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 DOE 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 DOE 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 DOE may issue. Subcontracts - The Contractor also agrees to include these requirements in each subcontract financed in whole or in part with Federal assistance provided by DOE, modified only if necessary to identify the affected parties. Cargo Preference Requirements To the extent required under the ARRA or other applicable law for this Project, the Contractor agrees: a) to use privately owned United States -Flag commercial vessels to ship at least 50 percent of the gross tonnage (computed separately for dry bulk carriers, dry cargo liners, and tankers) involved, whenever shipping any equipment, material, or commodities pursuant to the underlying contract to the extent such vessels are available at fair and reasonable rates for United States -Flag commercial vessels; b) to furnish within 20 working days following the date of loading for shipments originating within the United States or within 30 working days following the date of leading for shipments originating outside the United States, a legible copy of a rated, "on -board" commercial ocean bill -of -lading in English for each shipment of cargo described in the preceding paragraph to the Division of National Cargo, Office of Market Development, Maritime Administration, Washington, DC 20590 and to the DOE recipient ( through the contractor in the case of a subcontractor's bill -of -lading.); and c) to include these requirements in all subcontracts issued pursuant to this contract when the subcontract may 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 City of art Collins PURCHASE ORDER PO Number Page 9122438 5of7 This number must appear on all invoices, packing slips and labels. Line Description Quantity UOM Unit Price Extended Ordered Price involve the transport of equipment, material, or commodities by ocean vessel. Project Reporting and Information Requirements Contractor and its personnel shall cooperate with and provide all records, data, information and reports requested by the City, in the form and format and within the timeframes requested by the City, in order to enable the City to comply with the DOE Grant Agreement reporting and information requirements for the Project. Contractor shall also provide the City with any backup or additional documentation required by DOE or any other Governmental Authority. Final Cost Audit In accordance with Applicable Law and the Federal Assistance Reporting Checklist, DOE F 4600.2, DOE reserves the right under the DOE Grant Agreement to initiate a final incurred cost audit in connection with the City' s Project. Contractor and its personnel shall cooperate with, and make all necessary AMI System and Contractor cost data and documents available to the City and/or to any representative of DOE or any other Governmental Authority for purposes of such audit. Job Creation and Retention Reporting Contractor shall provide the City with all AMI System and Contractor information, in the format and within the timeframe, requested by the City to enable the City to complete and timely submit to DOE reports, information and data regarding the City' s Project job creation and retention, including without limitation, monthly and/or quarterly cumulative and/or current reports, as applicable, on AMI System and Contractor Services jobs created and retained at the " contractor" or " Contractor" level by Contractor, as required for the City to comply with the Federal Assistance Reporting Checklist, DOE F 4600.2 and the ARRA Section 1512 reporting requirements under the DOE Grant Agreement. Final Close -Out Report Contractor shall provide the City with all AMI System and Contractor information, in the format and within the timeframe, requested by the City to enable the City to complete and timely submit to DOE reports, information and data at the end of the DOE Grant Agreement performance period regarding Project completion. Contractor will complete a final close-out report which shall include such information and detail as the City, DOE or any other Governmental Authority shall request regarding the Project and Contractor services. If the AMI System and the Contractor services are completed or terminated prior to Project completion, Contractor shall provide the City with a final report of the AMI System and the Contractor services through the date of termination of this Agreement. Energy Policy and Conservation Act Contractor will 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 (Pub. L. 94-163, 89 Stat. 871). American Recovery and Reinvestment Act of 2009 Buy American Source: OMB Circular "A Desk Guide to the Buy American Provisions of the Recovery Act- February 2011" Computer Hardware and Software Server virtualization software and energy efficiency software are not manufactured goods; and thus not subject to the Buy American provisions. C3. oi'l�:siQ.� 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 Page 9122438 6of7 This number must appear on all invoices, packing slips and labels. Line Description Quantity UOM Unit Price Extended Ordered Price Cables and connections are examples of types of hardware equipment that could fall within the Buy American Recovery Act provisions because their installation makes them a permanent fixture in the building, similar to electrical wiring and outlets. Specific examples include fiber optic, Cat-5, or other cabling when installed inside walls, ceilings, or flooring; conduit when installed inside walls, ceilings, or flooring; and RJ-45 and other connectors when affixed to a wall or floor. Computer equipment that is built into the building, such as computer systems that are wired into the HVAC system or used to create a " smart building" could fall within the Buy American provisions under the same theory. By contrast, personal computers, file servers, and networking hardware equipment are typically easily removable and not intended to be permanent fixtures. As such, these products are not covered by the Recovery Act Buy American provisions . Other examples of hardware components that likely are not covered are- laptops or notebook computers, personal digital assistants, hand-held computers, and wireless communication devices; peripheral input/output devices - including keyboards, printers, etc. Economic Stabilization Contracting Employ American Workers Act (b) PROHIBITION.- (1) IN GENERAL. -Notwithstanding any other provision of law, it shall be unlawful for any recipient of funding under title I of the Emergency Economic Stabilization Act of 2008 (Public Law 110-343) or section 13 of the Federal Reserve Act (12 U.S.C. 342 et seq.) to hire any nonimmigrant described in section 101(a)(15)(h)(i)(b) of the Immigration and Nationality Act (8 U.S.C. 1101(a)(15)(h)(i)(b)) unless the recipient is in compliance with the requirements for an H-1 B dependent employer (as defined in section 212(n)(3) of such Act (8 U.S.C. 1182(n)(3))), except that the second sentence of section 212(n)(1)(E)(ii) of such Act shall not apply. (2) DEFINED TERM. -In this subsection, the term " hire" means to permit a new employee to commence a period of employment. Wage Rate Requirements SEC. 1606. Notwithstanding any other provision of law and in a manner consistent with other provisions in this Act, all laborers and mechanics employed by contractors and subcontractors on projects funded directly by or assisted in whole or in part by and through the Federal Government pursuant to this Act shall be paid wages at rates not less than those prevailing on projects of a character similar in the locality as determined by the Secretary of Labor in accordance with subchapter IV of chapter 31 of title 40, United States Code. With respect to the labor standards specified in this section, the Secretary of Labor shall have the authority and functions set forth in Reorganization Plan Numbered 14 of 1950 (64 Stat. 1267; 5 U.S.C. App.) and section 3145 of title 40, United States Code. 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 Total Invoice Address: $3,989.00 City of Fort Collins Accounting Department PO Box 580 Fort Collins, CO 80522-0580 Purchase Order Terms and Conditions Page 7 of 7 1. COMMERCIAL DETAILS. Tax exemptions. By statute the City of Ion Collins is exempt from state and local Uses. Our Exemption Number is 11. NON WAIVER. 98-01502. Federal Excise Tax Exemption Certificate of Registry 84 6000587 is registered with the Cullwtor of Failure of the Purchaser t. insist upon strict performance of the mugs and conditions hat failure or delay to Internal Revenue, Deaver, Colorado (For Colorado Revised Statutes 1973, Chapter 39-26, 114 (a). emicise any rights or remedies provided herein or by law, failure to promptly notify the Seller in the event of a breach, the acceptance of or payment for goads hereunder or approval of the design, shall riot release the Seller of Goods internal GOODS REJECTED due to Laai lure to meet sperificalwas, citha when shipped or due to de@ms of any of the warranties or obligations of this purchase order and shall not be deemed a waiver of any right of the damage in transit, may be resumed to you for credit and are not m be replaced a ceps upon oreca t elwriucn pumitmrr to h mist upon strict pwitur onm hereofor any of its rights or rnninies as to any such goods, regardless interactions from the City of Pan Collins. of when slipped mcoind par accepted, A to any prior or subsequent default hereunder, nor shall any purported rut ..circular. or rescission pal' lhis purchase code, by floe Purchaser operme w a waiver of any of the moms Inspection. GOODS we subject to the City effort Collins inspection on arrival, hefmf. Final Acceptance. Receipt of the merchandise, se or equipment to response to this order can mwill in 12. ASSIGNMENT OF AM'11 RUST' CLAIMS. authorized payment on the pan of the City of Pon Collin. Ilovsever, it is to be uadersgood that FINAL Seller and dw Purchner recognize that in actual ec,is pumice, i ercharges resulting fr.. rmnitrmt ACCF,PTANCE is dependent upon completion of al l applicable required inpatimh ptucediandc vmmusw are usfact bOme by the southeast Themf ore, far good dome and as consideration far exerting his purchase order, the Seller heeby assign to the Poaleuer any and all claims it nay aox' have or Aawfter Freight Perms. Shipments must be, P.O.B., City of Fort Callon, IN Wool S.. Fort Collins, CO 80522, unless acquired under federal or rare antivust laws for such overcharges relating m the particular Scuds or services otherwise specified oa this ofder. Illuminist— is ,,on to prepay freight and charge separately, the original freight purchased or acquired by the Purchaser punt to this pmchue oNer, bill most accompany masmal. Additiowl charges fr, packing will nut he accepted. Shipman Distance. When asualf,aiders have distributing points to lad is pans of the c umry, shipment expected from the nearest distribution paint to deslinoron, and excess Imight will be deducted from Invoice when shipments are made from greater distance. females. Seller shall procure at edam sole cost all necessary permits, ecnificams and licenses required by all applicable laws, regulations, ordinances and doles of the spate, municipaItry, m niter, or political subdivision where the work is performed, or required by any other duly condimed public authority havingjurisdiro n over the work of vendor. Seller funkier agrees to hold the City of Ton Collin homeless from aM again, all liability and I.ss incurred by them by reason of an asserted or established violation of any such laws, regulations, ordinances, doles and empirical Authorization. All probes to this Conran agree that file representatives we, in fact, bona fide and possess full and complete amhudry m bind said panics. LIMITATION OF TF,RMS, This Forehand Order expressly limits acceptance to the terms and conditions stated herein set fail and any supplementary or additional terms and conditions annexed hereto or incorporated herein by reference Any additional ordifl'mat terms and conditions proposed by seller arc objected In and hereby r9aral. 2. DELIVERY. PLEASE ADVISE PURCHASING AGENT' immediately ify.0 cannot make complete shipment to move on you, promised delivery date is, noted Time is of the awned Delivery and performance must be a@coed within the time sated on the purchase order and the documents attached hereto. No acts of the Purchasers including, without limitation, acceptance ofpanial late deliveries, she[] opeblm w a waiter of fats prevision. In the event of any delay, the Purchaser shall have, in addition do other Icgal and equitable remedies, the .,,ices of placing this code, elsewhere and holding the Seller liable for damages. Howmcr, the Seller shall not be liable for damages as, a result of delays due to causes not reawnably foreseeable which are beyond its reasonable control and without its fault mnegligence, such was of God, now of civil or military authorities, govemmenml priorities, rims, strikes, flood, epidemics, wars or dots provided that notice of the conditions causing such delay is given to the Purchaser within five (5) dap of the time when the Seller first received knowledge thereof. In the event ofany such delay, the date of delivery shall be extended for the period equal to the into actually lost by reeanofthe delay. 3. WARRANTY. Ile Seller warbles¢ that all ..oils, articles, materials and work covered by this order will conform with applicable drawings, specifications, samples maker other desendioos given, will be fit for the purposes intended, and Performed with file highest degree of are and competence in accordance with accepted standards for work of a rail., nature. The Seller agrees I. hold the purchaser bard. farm any loss, damage or expene which the Purchaser may suffer or incur on secant of the Sellers breach of wuranty. The Seller shall eeplace, repair or make good, without cost to the purchaser, any defects or faults arising within one (p year mending such longer period of time as may be pmai n al by Iaw or by the terms afwy applicable warranty provided by the Seller after the dare of acceptance of the goods furnished hereunder (acceptance not to be unreasonably delayed), resulting from imperfect or defective work done or materials f pin shed by the Seller Accordance or use of gods by the Purchaser shall not opoimle a waiver of any claim under this warranty. Except as otherwise provided in this purchase code, the Seller liability hereunder shall extend to at l damage, proximately caused by the hoc ach of any of rise Comm n...,or Los par gwmndees, but each Iieblltry shall in no event include loss ofpmfitn or lass of on, NO IMPLIED WARRANTY OR MERCHANTABILITY OR OF p] I NESS FOR PURPOSE SHALL APPLY. 4. CI IANGES IN LEGAL TERMS. Ile Purchaser nay make changes to legal comas by written change order. S. CHANGES IN COMMERCIAL TERMS. Ile Purchner may make any changes to the toms, other dun legal mmw, including addition to or deletion from the quantities originally ordered in the specifications or drawings, by veebal or wrigen change order. If any such change affects the amount due or the time of Performance hereunder, an equitable adjustment shall be made. 6. T ERMINATIONS. The Purchaser may al any time by written change order, terminate this agreement as ro any or all Ia,der, of the goods Then rim shipped subject to any equitable adjustment between rise panics us to any work or mmerials then in pmµmca provided am 'he Purchaser shall our be li,blc for any oci air ameiMted lefts on the nor—olcmd pennon ofthe goods and/or work, for incidental or consequential damages, and that no such adjustment be made in Tana of the Seller with respect m any Bonds which arc the Scllm swndard smock. No such front iwtion shill relieve the Purchaser or the Seller of any offs eir obligations as no any goods delivered hereunder. 7. CLAIMS FOR ADJUSTMENT. Any claim for adjustment most be assured within chitty (30) days from the date the change or manination is urdet e. COMPLIANCE WITH LAW. The Seller warrants that all goods sold hereunder shall have been produced sold, delivered and fureashod in strict compliance with all applicable Incas and regulations to which the goods are subjen. Ile Seller shall execan, and delfive, such documents as may be required,, effect or evidence compliance All laws and regulations required in be smPanneJ in agreements of this character are hereby incorporated herein by this reference. Tow Seller agrees to nden iify and hold the Purchaser harmless hour all costs and enrages anrired by the Purchaser as a result of the Sellers failure fo comply with such law. 9. ASSIGNMENT. Neither party shall assign, tmwfr, or convey this order, or any monies due or to become due hereunder without the prior wriucn cement of the other party. 10. TITLE. The Seller warrants full, clover and cousin card tide to the Purchaser for all equipment, matwor6, aped items fumishN in performance of this agreement, lied and clear of any and all liens, commodities. msmation, security interest encumbrmces and claims mothers. U. PURCHASERS PERFORMANCE OF SELLERS OBLIGATIONS. If the Purchaser directs the Seller to corect nonconforming or defective goals by a date to be agreed upon by the Purchaser and the Seller, and the Seller thereafter indicacs its inability or nowdl ingress m comply, the Purchaser may cause the work ra be perfunned by the mast expeclumua alone, available ra it and the Sella shall pay all o-ms azroemted with such work. The Seller shall release the Purchaser and its cannot of any tier Pram all liability and claims of any aware resulting from the performance ofsuch work. This relezee shall apply eon in the event of fault of negligence of the party released and shall extend to the directors, of i cut and employees ofs.ch parry. The Sellers contractual obligation, including warranty, shall not be deemed to he reduced, in any way, because such work is performed or caused to be performed by the Purchaser. 14. PATENTS. Whenever the Seller is coca ..I it rise any design, device, mmeriul or process covered by letter, parent, otalnnxrk pacopyright, the Seller shall indemnify and save hamdproduced the prodd room any and all claims for infringement y reawn offs, ate church aaenoil design, device, mmerml or wocem in c.nneai.n with the capable, mild shall indemnify the Purchaser Far any cost, expense or damage which it may be obliged to pay by reason of such inGngement at any time during the prosecution or after the completion of the work. In case said equipment, or any pan th def or the inteaJed use of the mods, is in such wit held to coe,ritate info-ngemem and the use of said equipment or pan is enjoined, the Seller shall, at its own experts and at i,, option, either proven, for the Purchaser the right to coronae using aid equipment or pans, replace the same park substantially equal bur noninGinging equipment, or modify it so it becomes noninfr'nging. IS. INSOLVENCY. [I the Seller shill become Inalecal or bankrupt, make an assignment for the benefit of creditors, appoint a receiver or trance for any of the Sellers property or business, this order may forthwith be canceled by the Purchaser without liability. 16. GOVERNING LAW. Ile definitions offerors used or the interpretation of the agreement and the rights of all ponies hereunder shall be construed under and governed by the laws argue State ofColomdo. USA. The following Additional Condition apply rely as dems where the Seller is to perform work hereunder, including Sue services of Sellers RepreseetativHs), on the premises of others. IT SELLERS RESPONSIBILITY. ahe Sella shall vary oa mid work at Seller's can risk mail the same is fully completed and accepted, and shall, in se of my accident, destruction or injury to the work and/or materials before Sellers final completion and acceptance, complete the work at Shceri own expense and to the satisfaction of the Purchaser. When nationals and equipment are fumishN by others for installation or erection by the Seller, the Seller shall receive, unread, ,are and handle same at the rite rind become responsible therefor as though such materials andrar equipment were being published by the Seller under the order. 18. INSURANCE. the Seller shall, at his awn expense, provide for the payment .f worker compensation, including occupational disease beneftes, to its employees employed on or in cowection with the work covered by this purchase order, maker to their dependents in accordance with the laws of the stoic in which the work is to be, done. The Seller shall also carry comprehensive general liability including, but not limited to, commands) mod aut.mabile public liability insurance with Wily injury and death limits of at least S300,000 for any one person, SSIR,000 for any one accident and property damage limit per accident of $400,000. The Seller shall likewise admire his contractors, if any, to provide for such compensation and insurance. Before any of the Sellers or his contractors employees shall do any work upon the premises of others, the Seller shall furnish the Purchaser with a ond from that such compensation and insurance have been provided Such certificates shall specify the date when such compensation and insurance have been provided. Such cenificucs shall sere fy the late when such compensntion rand ih —moo -'Ise Not In nbm a that turn comp tiru ou t im.mmm mre shill be mataN wool title, rise entire work is completed and brunet 19. PROTECTION AGAINST' ACCIDENTS AND DAMAGES. Ile Seller hereby assumes the entire eapoosibihity and liability for any and all damage loss or injury ofany kind or nature whdmm%or to persons or Property caused by or pending from the execution of the work provided for in this purchase order or in connection herewith. The Seller will indemnify and held harmless the Purchaser arhd any cr all of the Purchasers o fficersats co , gend employees from and against any anit all claims, lassmages, es, da harges or expenses, whether direct or indict and whether to persons or property to which rate Purchaser may be, put or subject by reason of any act, action, neglect, omission or default on the pan of the Seller, any of his ponuactod, or any of the Sellers o contractors ofice¢. agents or employees. In case any suit o other nceedial shall be brought aga red the Purchaser, or its officers, agents or employees at any time on account or by poison of any act, action, neglect. optimum or default of the Seller crony of his contractors or any of its err their allied,,, c'mr s or employers as aforesaid, the Seller hereby agrees ra amuse the defense thereof and m defend she .are at3bo Selltn awn ex,saw, to pay any and all casts, charges, atiomrys fees and other cspenses, any and all judgments that may be inured by or obtained against the Purchaser or any of its or their ollicecs, agents or employees in such euits or other proceedings, and in case judgment or other lien be placed upon or obmined against the property of the Purchaser, or said parties in or as a malt of such suits of other proceedings, the Seller will at once cane the same to be abou eel cod discharged by giving bond or otherwise. The Seller and his contractors shall take all safety precations, famish and install all funds necessary for the prevention of accidents, comply with all laws and regulation with regard to safety including, but without limitation, the Occupational Safety and Health Act of 1970 and all rules and reg Anion issued purswm themro. Revised 0312010