HomeMy WebLinkAbout339130 ICONICS INC - PURCHASE ORDER - 9141663PURCHASE ORDER PONumberPage
City. of PURCHASE
9141663 t of s
C6rt Collins
This number must appear
,�—J`-' ` ` on all invoices, packing
sli s and labels.
Date: 03/20/2014
Vendor: 339130
ICONICS INC
C/O PROCESS CONTROL DYNAMICS INC
4901 E DRY CREEK RD #G-10
CENTENNIAL CO 80112
Ship To: ENGINEERING DEPT-MASON
CITY OF FORT COLLINS
ENGINEERING DEPT-MASON
281 N. COLLEGE AVE
FORT COLLINS CO 80524
Delivery Date: 03/20/2014 Buyer: WILSON, JILL
Note:
Line Description Quantity UOM Unit Price Extended
Ordered Price
I (conics Genesis64 software
RR Notification
`�i[ill�l�9
5,020.40
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 GOVERNMENT OBLIGATION TO THIRD PARTIES
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 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
Program Fraud and False or Fraudulent Statements or 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. 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 maybe 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
City of Fort Collins Director of Purchasing and Risk Management
This order is not valid over $5000 unless signed by Gerry S. Paul
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
9141663 2of6
This number must appear
on all invoices, packing
sli s and labels.
Line Description Quantity UOM Unit Price Extended
Ordered Price
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.FEDERALCHANGES
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.
Contractor's failure to so comply shall constitute a material breach of this contract.
53ERMINATION
A.Termination for Convenience (General Provision) The (Recipient) 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 (Recipient) to be paid the Contractor. If
the Contractor has any property in its possession belonging to the (Recipient), the Contractor will account for the
same, and dispose of it in the manner the (Recipient) directs.
B.Termination for Default [Breach or Cause] (General Provision) 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 (Recipient) 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
City of Fort Collins Director of Purchasing and Risk Management
This order is not valid over $5000 unless signed by Gerry S. Paul
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
9141663 3 of 6
This number must appear
on all invoices, packing
sli s and labels.
Line Description Quantity UOM Unit Price Extended
Ordered Price
manner of performance set forth in the contract.
If it is later determined by the (Recipient) 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
(Recipient), 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 (General Provision) The (Recipient) in its sole discretion may, in the case of a termination
for breach or default, allow the Contractor [an appropriately short period of time] 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 (Recipient)'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 (Recipient)
setting forth the nature of said breach or default, (Recipient) 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
(Recipient) 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 (Recipient) elects to waive its remedies for any breach by
Contractor of any covenant, term or condition of this Contract, such waiver by (Recipient) shall not limit
(Recipient)'s remedies for any succeeding breach of that or of any other term, covenant, or condition of this
Contract.
E.Termination for Convenience (Professional or Transit Service Contracts) The (Recipient), by written notice,
may terminate this contract, in whole or in part, when it is in the Government's interest. If this contract is
terminated, the Recipient shall be liable only for payment under the payment provisions of this contract for
services rendered before the effective date of termination.
F.Termination for Default (Supplies and Service) If the Contractor fails to deliver supplies or to perform the
services within the time specified in this contract or any extension or if the Contractor fails to comply with any
other provisions of this contract, the (Recipient) may terminate this contract for default. The (Recipient) shall
terminate by delivering to the Contractor a Notice of Termination specifying the nature of the default. The
Contractor will only be paid the contract price for supplies delivered and accepted, or services performed in
accordance with the manner or performance set forth in this contract.
If, after termination for failure to fulfill contract obligations, it is determined that the Contractor was not in default,
the rights and obligations of the parties shall be the same as if the termination had been issued for the
convenience of the Recipient.
G.Termination for Default (Transportation Services) If the Contractor fails to pick up the commodities or to
perform the services, including delivery services, within the time specified in this contract or any extension or if
the Contractor fails to comply with any other provisions of this contract, the (Recipient) may terminate this
contract for default. The (Recipient) shall terminate by delivering to the Contractor a Notice of Termination
specifying the nature of default. The Contractor will only be paid the contract price for services performed in
accordance with the manner of performance set forth in this contract.
If this contract is terminated while the Contractor has possession of Recipient goods, the Contractor shall, upon
direction of the (Recipient), protect and preserve the goods until surrendered to the Recipient or its agent. The
Contractor and (Recipient) shall agree on payment for the preservation and protection of goods. Failure to agree
on an amount will be resolved under the Dispute clause.
If, after termination for failure to fulfill contract obligations, it is determined that the Contractor was not in default,
the rights and obligations of the parties shall be the same as if the termination had been issued for the
convenience of the (Recioientl.
City of Fort Collins Director of Purchasing and Risk Management
This order is not valid over $5000 unless signed by Gerry S. Paul
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
9141663 4of6
This number must appear
on all invoices, packing
sli s and labels.
Line Description Quantity UOM Unit Price Extended
Ordered Price
&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 _ %. A separate contract goal [of _ % DBE participation has] [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)).
c. {If a separate contract goal has been established, use the following) Bidders/offerors are required to document
sufficient DBE participation to meet these goals or, alternatively, document adequate good faith efforts to do so,
as provided for in 49 CFR 26.53. Award of this contract is conditioned on submission of the following [concurrent
with and accompanying sealed bid] [concurrent with and accompanying an initial proposal] [prior to award]:
1. The names and addresses of DBE firms that will participate in this contract;
2. A description of the work each DBE will perform;
3. The dollar amount of the participation of each DBE firm participating;
4. Written documentation of the bidder/offeror s commitment to use a DBE subcontractor whose participation it
submits to meet the contract goal;
5. Written confirmation from the DBE that it is participating in the contract as provided in the prime contractor's
commitment; and
6. If the contract goal is not met, evidence of good faith efforts to do so.
[Bidders][Offerors] must present the information required above [as a matter of responsiveness] [with initial
proposals] [prior to contract award] (see 49 CFR 26.53(3)).
(If no separate contract goal has been established, use the following) The successful bidder/offeror will be
required to report its DBE participation obtained through race -neutral means throughout the period of
performance.
d. 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, [the contractor may not hold retainage from its subcontractors.] [is required to
return any retainage payments to those subcontractors within 30 days after the subcontractor's work related to
this contract is satisfactorily completed.] [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.]
e. 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.
7.INCORPORATION OF FEDERAL TRANSIT ADMINISTRATION (FTA) TERMS
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 E, are hereby
Invoice Address:
City of Fort Collins Director of Purchasing and Risk Management
This order is not valid over $5000 unless signed by Gerry S. Paul
City of Fort Collins
Accounting Department
City of Fort Collins Purchasing, PO BOX 580, Fort Collins, CO 80522-0580
PO BOX 580
Phone:970-221-6775 Fax: 970-221-6707 Email:purchasing@fogov.00m
Fort Collins, CO 80522-0580
PO
PURCHASE ORDER 914166er Page
C117/ of PURCHASE
9141663 5 of 6
' `t/ OI I'„s This number must appear
` �.I " 1 1 on all invoices, packing
sli s and labels.
Line Description Quantity UOM Unit Price Extended
Ordered Price
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 (name of grantee) requests which
would cause (name of grantee) to be in violation of the FTA terms and conditions.
&CARGO PREFERENCE REQUIREMENTS
Cargo Preference - Use of United States -Flag Vessels - 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 FTA recipient
(through the contractor in the case of a subcontractor's bill -of -lading.) c. to include these requirements in all
subcontracts issued pursuant to this contract when the subcontract may involve the transport of equipment,
material, or commodities by ocean vessel.
9.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.
10.ADA Access
Accessibility. Facilities to be used in public transportation service must comply with 42 U.S.C. Sections 12101 et
seq. and DOT regulations, " Transportation Services for Individuals with Disabilities (ADA)," 49 CFR Part 37; and
Joint ATBCB/DOT regulations, " Americans with Disabilities (ADA) Accessibility Specifications for Transportation
Vehicles," 36 CFR Part 1192 and 49 CFR Part 38. Notably, DOT incorporated by reference the ATBCB' s "
Americans with Disabilities Act Accessibility Guidelines" (ADAAG), revised July 2004, which include accessibility
guidelines for buildings and facilities, and are incorporated into Appendix A to 49 CFR Part 37. DOT also added
specific provisions to Appendix A modifying the ADAAG, with the result that buildings and facilities must comply
with both the ADAAG and amendments thereto in Appendix A to 49 CFR Part 37.
City of Fort Collins Director of Purchasing and Risk Management
This order is not valid over $5000 unless signed by Gerry S. Paul
City of Fort Collins Purchasing, PO BOX 580, Fort Collins, CO 80522-0580
Phone:970-221-6775 Fax: 970-221-6707 Email:purchasing@fcgov.00m
Invoice Address:
City of Fort Collins
Accounting Department
PO Box 580
Fort Collins, CO 80522-0580
Purchase Order Terms and Conditions
Page 6 of 6
1. COMMERCIALDETAILS.
Tax exemptions. By statute the City of Fort Collins is exempt from stare and local taxes. Our Exemption Number u
98-04502, Federal Excise Tax Exemption Cmifwre of Registry 84-6000587 is registered with the Collector of
Internal Revenue, Denver, Colorado (Ref. Colorado Revised Smuta 1973, Chapter 39-26, 114 od)
Goods Rejected, GOODS REJECTED due to !velure to meet specifications. either when shipped or due to defects of
damage in transit, any be rammed to you for credit and are .110 be replaced except upon receipt of wrinm
instmctiaw boom the City affront Collins.
Inspection. GOODS art subject to be City effort Collins inspection on arrival.
Final Acceptance. Receipt of the merchandise, services or aluipment in response to this order can result in
authorized payment on the pan of be City of Pon Collins. However, it is to be understood that FINAL
ACCEPTANCE is dependent upon completion ofall applicable raptured inspection procedures.
Freight Teets. Shipmaon most Ire F.G.B., City of Fort Collins, 700 Woad SL, Fart Collins, CO 80522, unless
otherwise specified oa this aide, If permission is given to prepay freight end charge separately, the ongirnal freight
bill must accompany invoice. Additional charges for Making will not be accepted.
Shipment Distance. Where manufacturers have distributing paints in various parts of be country, shipment is
expected from me nearest distribution point to destination, and excess freight will be deducted from Imvice when
shipments are made from greener distance.
Permits. Seller shall procure at sellers sole cost all necessary permits, certificates and licenses required by all
applicable laws, moildmin, ordinances and tales of the state, municipality, territory or political subdivision where
me work is performed, or required by any amen duly emotional public commit, having jurisdiction over the work
of vendor. Seller further agrees to hold be City of Fort Collins harmless Imo and against all liability am lass
rseta reason and by mby of an asserted or established violation of my such laws, regulations, ordimances, rules
anncgaitemmts.
Authorization. All parties to this variants agree that the representatives are, in fact, bow fide and possess full and
complete authority to bind said probes.
LIMITATION OF TERMS. This Purchase Order expressly limits acceptance to be terms and conditions stated
herein set Farm and any supplementary or additional terms and conditions annexed hereto or inwMomtcd herein by
reference. Any additional or different terms and Oubtions proposed by seller arc objected 1. and hereby rejected.
2. DELIVERY.
PLEASE ADVISE PURCHASING AGENT immediately if you cawor make complem shipment,. strive an yam
promised delivery date in noted. Time is ofthe essence. Delivery and performance most Ire effected within be time
stated on the purchatt order and me documents attached hereto. No acts of the Porehasers including, without
limitation, acceptance of pmial late deliveres, shall operate w a waiver ofthis provision. In the event of any delay,
the Purchaser shall have, in addition to other legal and equitable remedies, be option of placing this order elsewhere
and holding the Seller liable for damages. However, the Sella shall not be liable for damages as a result of delays
due to causes not reawnably foreseeable which are beyond its reasonable contrul and without is fault ofnegligence,
such acts of Gad, acs of civil or military authonties, governmental priorities, fires, strikes, Food epidemics, wars or
hots provided mat nolum of the conditions causing such delay is given to be Purchaser within five (5) days of the
time when the Seller first received knowledge Forcer. In be event of any such delay, be dine of delivery shall be
extended for be period actual to be time actually lost by reason ofthe delay.
3. WARRANTY.
The Sella common. that ell goods, ankles. materiaH and wok revered by this order will ab orm with applicable
drawings, specifications, samples and/or other descriptions given, will be fit for me purposes intended, and
performed with be highest degree of care and competence in mwrJance with accepted sondmth for work of a
imilor nature. The Seller agrees to hold the purchaser harmless from any loss, damage Or expense which the
Purchaser may suffer or incur on account of the Seller breach of warranty. The Seller shall replace, iWair or make
good, without cost to the purchaser, any defects or Galn nosing within one (1) year or will such longer period of
time as may he presented by law or by be tenor ofany applicable warranty provided by the Seller after be date of
acceptmce of the good f ished hereunder (acceptance Out m be unreasonably delayed), resulting from imperial
m defective work done or mmeriak furnished by the St Acceptance as use of good by the Pmchuer shall rot
wnsim e a waiver fany claim wrier this waronry. Except as otherwise pmvidcd in this purchase order, the Sellers
liability hereunder shall extend to all damages pmximarely wised by the breach of any ofine foregoing warranties
or guaamtts, but such liability shall in no event include loss of profies or loss of use. NO IMPLIED WARRANTY
OR MERCHANTABILITY OR OF FITNESS FOR PURPOSE SHALL APPLY.
4. CHANGES IN LEGAL TERMS.
The purchuer may make telanges 10 legal rooms by w'nnen change order
5. CHANGES IN COMMERCIAL TERMS.
The gmesionea may make any changes to be mow, other than legal term, including additions w or deletions boom
the quantim, originally ordered in the specifications or drawings, by verbal at written change oNer. If any such
change offers; the amount due or be time ofperfotmorm hereunder, an attitude w1jWment shall be made.
6. TERMINATIONS.
The Purchaser may at any time by w,iaen change order, terminate this agreement as to any or all portions of the
goods then not shipped, subject to any equable adjustment between he pm . as to any work or materials then in
progress provided that be Purchaser shall not be liable for any claims for anticipated profits on the uncompleted
portion of the good and/or work. for incidental or consequential damage, aM that no such adjustment be made in
favor of be Seller wit respect to my good which are the Sellers standand stack. No such termination shall relieve
the Nuchacer or the Seller of my ofineir obligations On m my goods delivered haeunda.
T. CLAIMS FOR ADJUSTMENT.
Any claim for adjustment most be assured within thirty (30) days from me date be change or termination is
ordered.
8. COMPLIANCE WITH LAW.
The Seller warrants that all goods sold hereunder shall have been produced, sold, delivered and famished in strict
compliance with all applicable laws and regulations to which be goad are subject. The Sella shall ,screw and
deliver such documents in may be required to effect or evidence compliance. All laws mat regulations residual to ba
incorporated in agreements of this character are hereby incorporated herein by this reference. The Sella agrees to
indemnify and hold be Purchaser bamdess from all cost, and damages suffered by the Purchua in a result of be
Sellers failure to comply with such law.
9. ASSIGNMENT.
Neither party shall assign, imnsf q or convey this order, or any monies due or to became due hereunder without the
prior Aiam consent ofthe other parry.
10. TITLE.
The Seller wormds full. clear and gometrical title In the Pardoner for all equipment, matrials, and items f ished
in manes of this agreement, fire and clear of any and all liens, restrictions, reservations, sccunry interest
encumbrances am claims ofothers.
I L NONWAIVER.
Failure of the Purchaser to insist upon strict performance of the terms and conditions hereof, failure or delay to
exacite any rights or remedies provided herein or by Nov. failure m promptly notify the Seller in the event of a
breach the acceptance of or payment for goods hereunder or approval ofthe design, shall not release the Seller of
any of the warranties or obligations of this purchase oNer and shall not te deemW a waiver of any right of the
parchaur to insist upon strict performance hereofor my of its rights or remedies as to any such good, regardless
of when shipped, received m accepted, res to any prior or subsequent default M1eremde, um shall any puryoned
and modification or rescission of this purchase order by be Purchaser operate as a waiver of any of me teems
hereof.
12. ASSIGNMENT OF ANTITRUST CLAIMS.
Seller and be Purchaser recognize that in actual ttnis practice, overcharges resulting from antitrust
violations ore in fact boom by me Purchaser Thaomfore,forgood cause and as consideration for executing this
purchase order, the Seller hereby assigns to the Purchaser any and all claims it may now have a, hereafter
mquirel under fNmorl or some a mmust laws for such overcharges relating to me particular innards or services
purchased or acquired by the Purchase, pursuant to this purchase order.
13. PURCHASERS PERFORMANCE OF SELLERS OBLIGATIONS.
If be Purchaser directs the Sella to correct nonconforming or defective goods by a doe to be agreed upon by be
Purchase, and the Sella, and me Seller thereafter indicates its inability Or unwillingness to comply, the Purchaser
may cause the work to be Performed by the most expeditious means available to it, and the Seller shall pay all
costs associated with such work.
The Seller shall releae the Purchaser and its contractors of any tier from all liability and claims of any nature
resulting from the performance of such work.
This release shall apply even in me event of fault of negligence of the pmy rele d and shot) extend to the
directors. Wficers aM employees of such Party.
The Sellers contractual obligations, including warranty, shall not be darned to he cadWed, in any way, Interact,
such work is performed or caused to be performed by the Purchaser.
14. PATENTS.
Whenever the Seller is required in use any design, device, material or process covered by letter, patent, trademark
or copyright. the Sella shall indemnify and save harmless the Purchaser from any and all claims for infringement
by reason of the use of such patented design, device, material or process in connection with the wormer, and
shall indemnify the Purchaser fro my cost, eaperem or damage which it may be obliged to Pay by reason of such
infringement at any time during be presantian or aBe, me completion of the work. In case said equipment, or
any pm thereof or the intended use of the goods, is in such suit held to constitute Infn'ugemem and the use of
said egaimml or pan is enjoined, the Sella shall, at its awn expewe and at in option, either procure for the
Purchaser the right to continue using said aimpment or pans, replace the same with substantially equal but
nouinGnging equipment, or modify it sr, it becomes naninGnging.
15. INSOLVENCY.
If the Seller shall become insolvent or bankrupt, make an assignment for the benefit of creditors, appoint a
receiver or arusme For any of the Sellers property, or business, this order may fonlrwilh Im canceled by me
Purchaser without liability.
I& GOVERNING LAW.
The definitions ofterms rued or be interprt.lion ofine agrecmrnt and be rights of all ponies hereunder shall b,
cornmeal uncla and governed by be laws of the Sam of C.1o.d., USA.
The following Additional Conditions apply only in cases where the Seller is to perform work Immundeu
including the services of Shcem Reponenalive(s), on the premises of others.
17. SELLERS RESPONSIBILITY.
The Seller shall carry m said work at Sellers own risk until be same is fully completed and accepted, and shall,
in case of any accident dawct m or injury to the work andro, materials before Sellers final completion and
aecepoocc, nonfarm the work at Sellers own expense and to the satisfaction of do Purchaser. When materials
and equipment art fumisbed by others far butaftntion or erection by the Sella, the Seller shall onecive, unload,
sore and handle name at be site and become responsible therefor as though such materials andor ki opmemm
were being famished by in, Seller under the oNer.
18. INSURANCE.
The Seller shall, at his own expense, provide for the payment of workers compensation, including accup tional
disease beneRts, to its employees employed on or in camoction with me work covered by this purchase mom,
mNor to their dependents in mwrdmce with the laws of the ante in which be work is to he done. The Sella
,hull also way comprehensive general liability iwhWW, but not limited to, communal and automobile public
liability, insurance with bodily injury mall death limes of at least S300.000 for any one p-aan, 5500.00o for any
one accident and limitedly damage limit per incident of S400,000. The Seller shall likewise require his
if my, to provide for such compensation and moment. Before any of da Sellers or his rmeters
employees shall do any work upon the premises of others, the Seller shall Finnish be Purchaser with a scr ificaue
that such compensation and insurance have been provided. Such cenifientes shall specify the date when such
compensation and insurance have been provided. Such certificates shall specify the date when such compensation
and insurance expires. The Seller agrees that such compensation and insurance shall be maintained until after the
cache work is completed and accepted.
19. PROTECTION AGAINST ACCIDENTS AND DAMAGES.
The Sella hereby assumra the entire oximaimiliry end liability for my mat all damage, loss or injury ofmy kind
r Whom, whatsoever 0 persons or property caused by or resulting from the execution of be work provided for m
is purchase order m in connection herswil6. The Sell. will indemnify and hold harmless the Purchaser and any
cr all of the Purchaseofcer , again and employees from and agairet any and all claims, losses, damage,
rs harges or expenses, whether direct or indirect, and whether to persons or property to which the Purchaser may
be pm or subject by remain of my act, action, neglat, omission or default oa the part of the Seller, any of his
comontors, or any of the Sellers or contractors officers, agents or employees. In case any suit or other
proceedings shall he brought against the Purchaser, or is o0lcen, agents or employees M my time on account or
by reason of any act, action, neglect, omission or default of be Seller of any of his crm ach rs or any of its or
them oMO., ,can or employees as aforesaid, the Seller hereby agrees to assume the defense therof and to
defend be . at be Sellers axn expense, to pay my and all cos., charges, womeys fees and other expenses,
any and all judgments that nay te incurred by or Obtained against the Puchaer or my of in or their officers,
agents or employees in such suits or other pmceedmgs, and in eau judgment or other lien be placed upon or
W mined against the property ofthe Purchaer, Or said parties in or u a result ofsuch suits or other prweedings,
be Sella will a1 once cause the same to be dissolved and discharged by giving bond or oherwim. The Seller and
his contractors shall .tee all safety precautions, famish and install all imma necessary for the prevention of
accidents, comply with all laws and repudiation with regard to safety including, bur without limitation, the
Occupational Safety and Health Act of 1970 and all roles and regulations issued Pursuant thereto.
Revised find 10